Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 24, 2015 FBO #4899
SOLICITATION NOTICE

15 -- Airframe Structural Components support - SPE4A215R0005

Notice Date
4/22/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft 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
SPE4A215R0005
 
Archive Date
6/10/2015
 
Point of Contact
Ronald J Moore, Phone: 8042796301
 
E-Mail Address
ronald.moore@dla.mil
(ronald.moore@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Attachment 5 PID Text Attachment 4 Quality Matrix Attachment 3 First Article Attachment 2 Surge and Sustainment Attachment 1 Pricing and Delivery Solicitation DLA Aviation is soliciting to establish an Indefinite Quantity Contract (IQC), Long-Term Contract (LTC) with a base year and four (4) 1-year option years are anticipated. The total duration, base plus option years shall not exceed five (5) years. The Small Business Size Standard is 1,500 employees for NAICS 336411 and the Small Business Size Standard is 1,000 employees for NAICS 336413. The items will be solicited as Competitive as prescribed by FAR 15. The acquisition is a 100% small business set-aside. There are seven (7) different Weapon System Designator Codes (WSDCs) for these items and the primary aircraft is the F-16. Some other aircrafts include the A-10, H-60 and AH-64. The twenty-three (23) line items are currently managed by DLA Aviation & Airframes division. The product group for this population of NIINs include, but not limited to door access, slide main step, window panel, retainer window, support structural, plate assembly, panel structural, exhaust pipe, aircraft door and aircraft hinge. Pricing will be evaluated on the Estimated Annual Demand (EAD) quantity, with a Guaranteed Minimum not to exceed ten percent (10%) of the total base year only value. The quantities will be the same for the base year and all four (4) option years. The estimated annual quantities for the applicable National Stock Numbers (NSNs) vary with each NSN and will be noted in the RFP. FOB Origin, FOB Origin requirements, Inspection/Acceptance requirements, as well as price, increments and delivery schedule will be noted on the RFP. Surplus dealers, small business dealers and distributors having existing stocks of surplus or newly manufactured material are invited to respond to the synopsis and/or solicitation and will be evaluated and awarded on a line by line basis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material, or adequate 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 interests of the government. All responsible sources may submit an offer/quote, which shall be considered. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, past performance, delivery, and other evaluation factors as described in the solicitation. Hard copies are not available. The Point of Contact is Mr. Ronald J. Moore, ronald.moore@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A215R0005/listing.html)
 
Place of Performance
Address: DLA Aviation, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN03708288-W 20150424/150422235700-0eabdaed802e5eb6c13e4b919ddb91d6 (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.