Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2013 FBO #4345
SOLICITATION NOTICE

16 -- Additions to Corporate contract SPE4AX13D9419

Notice Date
10/15/2013
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
SPE4AX14R0001
 
Archive Date
11/7/2013
 
Point of Contact
John E Whaley, Phone: (804)279-5213
 
E-Mail Address
John.Whaley@dla.mil
(John.Whaley@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Issue date: 10/15/2013 Closing Date: 10/23/2013 Type of Procurement: Additions to Requirements Corporate Contract DLA Direct (Stock) NSNs: 1630-00-022-3074, part number 5001703 ; 1630-00-032-6102, part number 5001702. This is a proposed addition to corporate contract SPE4AX13D9418. Both items are sole source to Meggitt Aircraft Braking Systems (MABS). These items are covered by a Class Justification and Approval for Other Than Full and Open Competition document. Nomenclature: Disk, Rotating; Disk, Stationary. End Item Application: F-5 Aircraft Quantity: Estimated annual quantity for 1630-00-022-3074 is 1113 EA; for 1630-00-032-6102, 1080 EA. Options: No. The contract is for a five-year period. Inspection & Acceptance: Origin FOB: Origin Approved sources: MABS, CAGE 0B9R9. Critical Items, Aircraft Wheels and Brakes Critical Safety Items: No Delivery: 1630-00-022-3074 - 102 Days ARO; 1630-00-032-6102 - 220 Days ARO. Point of contact is John Whaley at 804-279-5213. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested suppliers may submit an offer. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition, to the data required in subparagraph (c) (2) of clause L17C01 (52.217-9002), the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror's product is equal to the product cited in the AID. Surplus dealers and small business dealers and distributors having existing stocks of surplus or newly manufactured material are invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, or adequate traceability documentation to show product is acceptable. In addition, respondents should identify quantity available and price. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the government. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. •· The solicitation number is SPE4AX14R0001, issued as a request for proposal (RFP). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2005-69, effective August 1, 2013. •· This acquisition is unrestricted; no set-aside applies. •· Contract line item numbers and items, estimated quantities, and units of measure can be viewed in the attached spreadsheet. •· Requirements for the items to be acquired: The only acceptable manufacturing source for these items is Meggitt Aircraft Braking Systems CAGEs 0B9R9. •· Dates and places of delivery will vary according to lead time and stock position at DLA warehouses. Inspection and acceptance will be at origin, FOB is origin. •· The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Terms and conditions of existing contract SPE4AX13D9418 will apply. •· The provision at 52.212-2, Evaluation-Commercial Items, applies. Significant evaluation factors are price and past performance, which are of approximately equal importance. DLAD clause 52.215-9003 applies. •· An offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. •· The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, as incorporated into contract SPE4AX13D9418, applies to this acquisition. •· The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, as incorporated into contract SPE4AX13D9418, applies to this acquisition. •· The following additional clauses have been determined by the contracting officer to be necessary for this acquisition: Terms and conditions of contract SPE4AX13D9418. •· Defense Priorities and Allocations System (DPAS) rating DO-A1 will apply to delivery orders issued under this contract. •· The date, time and place offers are due by e-mail to john.whaley@dla.mil by 2:00 PM Eastern Standard Time, on 10/23/2013. •· The name and telephone number of the individual to contact for information regarding the solicitation are: John Whaley, 804-279-5213.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX14R0001/listing.html)
 
Record
SN03216404-W 20131017/131015234120-8c2405e153e0810418bae9e5999f89d9 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.