Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 08, 2014 FBO #4732
SOLICITATION NOTICE

59 -- 19F, AIRCRAFT, EAGLE F-15; 43N, AIRCRAFT, HORNET F/A-18 AND OTHER WEAPONS SYSTEMS

Notice Date
11/6/2014
 
Notice Type
Combined Synopsis/Solicitation
 
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
SPE4A615X0077
 
Archive Date
12/2/2014
 
Point of Contact
Uta M. Whitby, Phone: 8042796442
 
E-Mail Address
uta.whitby@dla.mil
(uta.whitby@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
SOLICITATION SPE4A615X0077, SC 1000029215. This solicitation is being issued under FAR 13.5 to establish an Indefinite Quantity Contract. RFQ is for contractor supply of the following items: NSN 5995-01-151-0822, CABLE ASSEMBLY,PRINTED,FLEXIBLE, approved sources: Hamby Corporation (07284), p/n 3688026-1; Raytheon Company (82577), p/n 3688026-1; Delphi Connection Systems, LLC (53669), p/n 3688026-1; and Teledyne Technologies Incorporated (22958), p/n 3688026-1. NSN 5995-01-238-6804, CABLE ASSEMBLY,PRINTED,FLEXIBLE, approved sources: Hamby Corporation (07284), p/n 655647; and Amphenol Printed Circuits, Inc. (57034), p/n 655647. NSN 6150-01-406-9011, CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL, approved sources: Hamby Corporation (07284), p/n 8655382; Raytheon Company (82577), p/n 8655382; and Delphi Connection Systems, LLC (53669), p/n 8655382. NSN 5995-01-416-0675, CABLE ASSEMBLY,PRINTED,FLEXIBLE, approved sources: Hamby Corporation (07284), p/n 8655385; Raytheon Company (82577), p/n 8655385; and Delphi Connection Systems, LLC (53669), p/n 8655385. NSN 5995-01-465-0825, CABLE ASSEMBLY,PRINTED,FLEXIBLE, approved sources: Hamby Corporation (07284), p/n8655581-1; and Pioneer Circuit, Inc. (65723), p/n 8655581-1. NAICS for FSC 5995 and 6150 is 334419, SB size is 500 employees. All NSN are commercial-of-a-type. Solicitation will be for a proposed Indefinite Delivery Purchase Order (IDPO), to include a term of base year of 12 months and two option years. Evaluation will be on a line-per-line basis and one to five IDPOs may be awarded under this solicitation number. The Buy American Act applies to this procurement. Higher-Level QAP, Configuraton Control, Source Control, and Export Control applies to some NSNs. IDPO will cover DLA-Direct delivery orders. The requested terms are FOB Origin, Government Arranged Transportation for all delivery orders. Inspection/Acceptance will be at Destination for all delivery orders. Delivery of 140 days is requested on all delivery orders for NSN 5995-01-151-0822. Delivery of 52 days is requested on all delivery orders for NSN 5995-01-238-6804. D elivery of 133 days is requested on all delivery orders for NSN 6150-01-406-9011. Delivery of 76 days is requested on all delivery orders for NSN 5995-01-416-0675. Delivery of 170 days is requested on all delivery orders for NSN 5995-01-465-0825. 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 stated in the item description in the solicitation. Quantity variance is plus or minus 0%.The Annual Estimated Demand for the following NSNs is: 7 EA for NSN 5995-01-151-0822, 4 EA for NSN 5995-01-238-6804, 7 EA for NSN 6150-01-406-9011, 13 EA for NSN 5995-01-416-0675, and 6 EA for NSN 5995-01-465-0825. Maximum contract value is 150% of the aggregate extended dollar value of the estimated value for the base period. This calculation will also apply to each option period. The guaranteed minimum contract value is 10% of the aggregate extended dollar value of the estimated value for the base period and applies to the base period only. 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 is combined with this synopsis and will close 10 days from posting date of this combined synopsis/solicitation. A copy of the solicitation is 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/PROPOSALS 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/SPE4A615X0077/listing.html)
 
Place of Performance
Address: 8000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23230, United States
Zip Code: 23230
 
Record
SN03567631-W 20141108/141106234100-b1c9f544afe58bda540134c5c8749151 (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.