SOLICITATION NOTICE
59 -- 19F, AIRCRAFT, EAGLE F-15; & Z9N, AIRCRAFT, F/A-18, A-3, E/F, G (GROWLER)
- Notice Date
- 11/14/2014
- 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
- SPE4A615X0079
- Archive Date
- 12/9/2014
- 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
- RFQ SPE4A615X0079, SC 1000029216. This solicitation is being issued under FAR 13.5 to establish a long-term contract. 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. RFQ is for contractor supply of 10 NSNs, all of which are in accordance with part numbered items by Hamby Corporation (CAGE 07284): NSN 6150-01-238-3754, BUS,CONDUCTOR, "Source Control Item", p/n 655649; NSN 5995-01-239-2754, CABLE ASSEMBLY,PRINTED,FLEXIBLE, "Source Control Item", p/n 655633; NSN 5995-01-413-5847, CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL, p/n 8655379; NSN 5995-01-413-5848, CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL, p/n 8655377; NSN 5995-01-413-5849, CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL, p/n 8655380; NSN 5995-01-413-5850, CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL, "Source Control Item", p/n 8655378; NSN 5995-01-413-5851, CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL, "Source Control Item", p/n 8655381; NSN 5995-01-415-9783, CABLE ASSEMBLY,PRINTED,FLEXIBLE, "Source Control Item", p/n 8655617-002; NSN 6150-01-417-3503, CABLE ASSEMBLY,SPECIAL PURPOSE,ELECTRICAL, p/n 8655475-001; NSN 5995-01-444-8312, CABLE ASSEMBLY,PRINTED,FLEXIBLE, p/n 8655474-001. NAICS for FSC 6240 is 334419, SB size is 500 employees. These NSNs are commercial-of-a-type, with components which are proprietary to Hamby Corporation. Alternate offers must submit a SAR package to be reviewed and approved by the Engineering Support Activity (SAR). Alternate offers will not be accepted for items marked "Source Control Item" in the purchase order text. These items are being procured under "other than full and open competition procedures" under 10 USC 1304(c)(1), Unrestricted Procurement. The Buy American Act applies to this procurement. IDPO will cover DLA-Direct delivery orders. The requested terms are FOB Origin-Government Arranged Transportation for all delivery orders. Inspection and Acceptance is at Destination. The following delivery is requested on all delivery orders, depending on the item: NSN 6150-01-238-3754, 59 DARO; NSN 5995-01-239-2754, 56 DARO; NSN 5995-01-413-5847, 84 DARO; NSN 5995-01-413-5848, 78 DARO; NSN 5995-01-413-5849, 62 DARO; NSN 5995-01-413-5850, 131 DARO; NSN 5995-01-413-5851, 79 DARO; NSN 5995-01-415-9783, 134 DARO; NSN 6150-01-417-3503, 56 DARO; NSN 5995-01-444-8312, 69 DARO. 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%. Items have the following Total Annual Estimated Demand: NSN 6150-01-238-3754, 3 EA; NSN 5995-01-239-2754, 2 EA; NSN 5995-01-413-5847, 8 EA; NSN 5995-01-413-5848, 8 EA; NSN 5995-01-413-5849, 13 EA; NSN 5995-01-413-5850, 8 EA; NSN 5995-01-413-5851, 11 EA; NSN 5995-01-415-9783, 4 EA; NSN 6150-01-417-3503, 2 EA; NSN 5995-01-444-8312, 2 EA. Line-per-line evaluation will take place; and one or more IDPOs may be awarded. Maximum contract value is 100% of the aggregate extended dollar value of the Estimated Demand Quantity (EDQ) for each NSN for the base year and two option years. The guaranteed minimum contract value is 10% of the aggregate extended dollar value of the EDQ in the base year 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 not attached to this synopsis, but 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. Please email your quote directly to the buyer, Uta Whitby, at uta.whitby@dla.mil. Incomplete submission of the solicitation package may be deemed unacceptable and may result in disqualification of quote.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A615X0079/listing.html)
- Place of Performance
- Address: 7000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23220, United States
- Zip Code: 23220
- Zip Code: 23220
- Record
- SN03573370-W 20141116/141114234357-b5b2dd31d16bc3feeaeb3ab872ca9efc (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 |