SOLICITATION NOTICE
40 -- 4010-01-219-2408; 4010-01-323-0385 plus
- Notice Date
- 3/24/2014
- Notice Type
- Presolicitation
- NAICS
- 332618
— Other Fabricated Wire Product 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
- SPE4A6-14-R-1444
- Archive Date
- 10/17/2014
- Point of Contact
- Julie A. Tillery, Phone: 8042793537, ERNEST MASSENBERG, Phone: 804-279-3853
- E-Mail Address
-
julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL
(julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL)
- Small Business Set-Aside
- N/A
- Description
- Solicitation number, SPE4A6-14-R-1444, SC1000021178, NSNs 4010-01-219-2408 Rope, Wire; 4010-01-323-0385 Wire Rope; 6150-01-267-0319 Cable Assembly and 4030-00-015-3896 Shackle. Unit of issue is each for all four NSNs. Solicitation is an unrestricted procurement using the procedures of other than full and open competition. Breeze-Eastern Corporation CAGE 08484 is the only approved manufacturer for each of the NSNs. The part numbers are BL-10635-1 for NSN 4010-01-219-2408 Rope Wire; SP4481-7 for 4010-01-323-0385 Wire Rope; BL-11585-1 for 6150-01-267-0319 Cable Assembly and SP-1069-1 for 4030-00-015-3896 Shackle. Non-commercial and is not CSI for all 4 NSNs. The solicitation will result in a multi-NSN Indefinite Quantity Contract (IQC) for a base year plus 4 option years. The requested delivery is 216 days for 4010-01-219-2408; 160 days for 4010-01-323-0385; 82 days for 6150-01-267-0319 and 134 days for 4030-00-015-3896. Surge only applies to NSN 4030-00-015-3896 and the AMWR is 3. The highest priority weapon system is YLN for NSN 4010-01-219-2408 and the end item is Helicopter Seahawk; 78F for NSN 4010-01-323-0385 and the end item is Communications Program Combat; 75F for NSN 6150-01-267-0319 and the end item is Helicopter, HH-60 and 05A for NSN 4030-00-015-3896 and the end item is Helicopter, Chinook CH-47. This solicitation is being issued under the First Destination Transportation (FDT) program. For FDT program transportation requirements, see DLAD clause 52.247-9059 F.O.B. Origin, government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) Program-Shipments Originating Outside the contiguous United States (OCONUS). Additional information about FDT can be found on the FDT website ( http://www.dla.mil/FDTPI/ ). Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies. The guaranteed minimum quantity is 25 each for 4010-01-219-2408, 10 each for 4010-01-323-0385; 10 each for 6150-01-267-0319 and 126 each for 4030-00-015-3896 and is applicable to the base year only. The estimated annual quantity is 101 each for 4010-01-219-2408, 38 each for 4010-01-323-0385; 60 each for 6150-01-267-0319 and 504 each for 4030-00-015-3896. The maximum dollar amount for all 5 years for all 4 NSNs including surge is $2,366,740.00. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. FOB is origin for all NSNs. Inspection and Acceptance at destination/destination for NSNs 4010-01-323-0385; 6150-01-267-0319 and 4030-00-015-3896. Inspection and Acceptance at origin/origin for NSN 4010-01-219-2408. Solicitation will issue on April 15, 2014 with a closing date of May 15, 2014. Reverse auction clause 52.215-9023 applies. Since a Reverse Auction may be conducted, offerors are encouraged to access website dla.procurexinc.com to see how to participate in an auction. 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, Government Surplus Material, or adequate traceabilit y 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. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. Evaluation will be per NSN therefore may result in multiple awards. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A6-14-R-1444/listing.html)
- Record
- SN03318521-W 20140326/140324234650-f30e007c4ed826f09d2fa38f18885c4c (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 |