SOLICITATION NOTICE
59 -- 26F, F-16 AIRCRAFT, CABLE ASSEMBLY, SPEC, MULTI-NSN
- Notice Date
- 1/4/2013
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPM4A613R0120
- Archive Date
- 3/2/2013
- Point of Contact
- Uta M. Whitby, Phone: 8042796442
- E-Mail Address
-
uta.whitby@dla.mil
(uta.whitby@dla.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- RFP SPE4A613R0120, SC 1000005660, RFx 4000078350. This solicitation is being issued to establish an Indefinite Quantity Contract for 2 NSNs. DSCR is seeking to establish one or more Indefinite Quantity Contracts for contractor supply of the following types of items: NSN 5995-01-575-6064, CABLE ASSEMBLY, SPEC, in accordance with Williams-Pyro, Inc. (CAGE 27899) p/n 8431940-1, DCX-Chol Enterprises, Inc. (CAGE 60118) p/n 8431940-1; or BAE Systems Information (CAGE 94117) p/n 8431940-1; and NSN 5995-01-575-6073, CABLE ASSEMBLY, SPEC, in accordance with Williams-Pyro, Inc. (CAGE 27899) p/n 8431941-1; DCX-Chol Enterprises, Inc. (CAGE 60118) p/n8431941-1; or BAE Systems Information (CAGE94117) p/n 8431941-1. NAICS for FSC 5995 is 334419, SB size is 500 employees. These NSNs are not commercial items. Government First Article Testing is required on each NSN. Distributors will not be granted a FAT Waiver. Solicitation will be for a proposed Indefinite Quantity Contract (IQC), to include a term of base year of 12 months and four option years. Vendors may quote on one NSN or both NSNs. Evaluation of offers received will be line-by-line instead of all-or nothing. Multiple awards may be made against this solicitation. Acquisition is a 50% Partial Small Business Set-Aside. The other 50% of this item is being procured under "other than full and open competition procedures" under 10 USC 1304(c)(1), Unrestricted Procurement. Pricing will be required for the Unrestricted portion only. Pricing is not required for the set-aside quantity, but will be for information purposes only. The Buy American Act Applies to this procurement. IQC will cover DLA-Direct delivery orders. The requested terms are FOB Destination. Inspection/ Acceptance at Origin for FAT and first delivery order, unless FAT is waived; Inspection/Acceptance at Destination for subsequent delivery orders. The following delivery is required: NSN 5995-01-575-6064, 170 days after first article test approval; NSN 5995-01-575-6073, 140 days after first article test approval. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery order per the DSCR Form P-41. Packaging requirements will be in accordance with the MILSPEC cited in the solicitation. Quantity variance is plus or minus 0%. Total Annual Estimated Demand for NSN 5995-01-575-6064: 49 each (Unrestricted Portion) and 49 each (Set-Aside Portion); for NSN 5995-01-757-6073: 54 each (Unrestricted Portion) and 54 each (Set-Aside Portion). Specifications or plans or part-numbers related to the procurement described are not available at DLA Aviation. Export Control applies to NSN 5995-01-575-6064; and Configuration Control applies to NSN 5995-01-575-6073. These NSNs are critical application items. The guaranteed minimum value will be determined in accordance with the following formula: 10% of the aggregate extended dollar value of the Estimated Demand Quantity (EDQ) for the NSNs (base period only), computed as follows: 0.1 x ([NSN1 price x EDQ] + [NSN2 price x EDQ] + etc.) The maximum contract value is defined as: 100% of the aggregate extended dollar value of the estimated value for the base period and each option year. 5 x (1.0 [NSN1 price x EDQ] + 1.0 [NSN2 price x EDQ] + etc.....) The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. This solicitation includes provision 52.215-9023, Reverse Auction. Since a Reverse Auction may be conducted, offerors are encouraged to access the Procurex system and review the Reverse Auction help tutorials at: https://dla.procurexinc.com to learn more about how to participate in an auction. In order to receive an award, regardless of dollar value, you must be registered in the System for Award Management (SAM). Annual updates to your registration will be required. For registration procedures and information, please visit the World Wide Web at https://www.sam.gov. The solicitation will be available on or about January 15, 2013, and will close on or about February 14, 2013. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) website at https://www.dibbs.bsm.dla.mil / on the issue date cited in the RFP. RFPs are in a portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. ***ELECTRONIC QUOTES ARE NOT ACCEPTABLE FOR THIS SOLICITATION! *** Solicitation package must be completed in its entirety prior to submission. Incomplete submission of the solicitation package may be deemed unacceptable and may result in disqualification of proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A613R0120/listing.html)
- Place of Performance
- Address: DEFENSE LOGISTICS AGENCY-AVIATION, DLA-AVN FAKE, 8000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN02959409-W 20130106/130104234240-fa93d7039351d28a360407ccfa15f5f6 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |