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
- 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 |