Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOLICITATION NOTICE

16 -- Additions to SPM4AX-15-D-9404, Sole Source UTAS Parts

Notice Date
5/7/2015
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
SPM4AX-15-D-9404-P00011
 
Archive Date
5/29/2015
 
Point of Contact
John E Whaley, Phone: (804)279-5213
 
E-Mail Address
John.Whaley@dla.mil
(John.Whaley@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Issue date: 05/07/2015 Closing Date: 05/14/2015 Type of Procurement: Addition to Requirements Corporate Contract DLA Direct (Stock) NSN: Multiple. The proposed acquisition will be an addition to United Technologies Aerospace Systems (UTAS) contract SPM4AX-15-D-9404. All items are sole source to UTAS. The items to be added are listed below. These items are covered by a Class Justification and Approval for Other Than Full and Open Competition. FSC NIIN Part Number Nomenclature Est. Annual Demand Lead Time 1560 015509417 20290-0201 FUEL QTY PROBE,MATS 11 277 1560 016045921 300785-5111-0101 BRACKET,STRUCTURAL 35 179 1680 015338585 054368-01 MAIN ROTOR INDEX SE 57 116 1680 015401820 300785-5228-0101 HANDHELD DISPLAY,AI 25 131 1680 015445177 090528-02 CONVERTER,REMOTE CH 13 219 5930 014949175 054195-02 SWITCH,PROXIMITY 167 141 6105 011779615 DM1230M8 MOTOR,DIRECT CURREN 121 198 6610 011849700 10001-1004-01 DISPLAY,STICK POSIT 2 110 6680 005264435 EA148ANH70 INDICATOR,LIQUID QU 91 188 6680 010676658 391003-348 TRANSMITTER,LIQUID 23 205 6680 011668878 472995-405 TRANSMITTER,LIQUID 16 205 6680 011668879 472995-406 TRANSMITTER,LIQUID 21 174 6680 011791869 472413-41 TRANSMITTER,LIQUID 7 205 6680 014830741 054364-01 ACCELEROMETER,ELECT 25 312 6680 014830742 054162-02 ACCELEROMETER,ELECT 35 154 6680 014932029 472995-715 TRANSMITTER,LIQUID 16 124 6680 005809557 EA100ANH144 INDICATOR,LIQUID QU 59 171 6680 011485822 20033-0000-0109 TRANSMITTER,LIQUID 66 176 These are not Critical Safety Items. Surge and Sustainment does not apply. Nomenclature: See above. End Item Application: WSDC_MM_BD1 WSDC_MM_Desc 63N AIRCRAFT, ORION P-3 41N HELICOPTER, CH-53 D/E 06F AIRCRAFT, HERCULES C-130 YLN HELICOPTER, SEAHAWK, H-60 Z9N AIRCRAFT, F/A-18, A - D, E/F, G (GROWLER) 05F AIRCRAFT, STRATOLIFTER C/KC-135 CXN AIRCRAFT, OSPREY V-22A, MARINE CORPS YLN HELICOPTER, SEAHAWK, H-60 48N HELICOPTER, UTILITY/SEARCH AND RECOVERY UH-1N 19F AIRCRAFT, EAGLE F-15 VUN AIRCRAFT, HORNET F/A-18 (E/F) 56F AIRCRAFT, B-1B Quantity: For each NSN, one price is requested for each of the quantity ranges below: 1 TO 10 11 TO 35 36 TO 75 76 TO 120 121 And Up Alternate quantities may be proposed/considered if price breaks occur in other increments due to the manufacturing processes associated with the item. Options: Options are in accordance with umbrella contract SPM4AX08D9408. Price and delivery for orders issued in 2015 through 2018 is requested. Inspection & Acceptance: Origin FOB: Origin Approved source: UTAS, CAGE 89305. Critical Items, Aircraft parts and accessories. Delivery: See above Table Point of contact is John Whaley at 804-279-5213. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested suppliers may submit an offer. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c) (2) of clause 52.217-9002, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror's product is equal to the product cited in the AID. Surplus dealers and small business dealers and distributors are invited to respond to this synopsis. The response must include a completed surplus certificate, DLAD 52.211-9000, or adequate traceability documentation to show product is acceptable. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory through a dealer is in the best interests of the government. This acquisition is not being conducted on an all-or-none basis; evaluation of offers will be line-by-line. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. •· The solicitation number is SPM4AX-12-D-9404-P00011, issued as a request for proposal (RFP). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-80, dated January 29, 2015. •· This acquisition is unrestricted; no set-aside applies. •· Solicitation line items; see above table. •· Requirements for the items to be acquired: The only acceptable manufacturing source for these items is UTAS, CAGE 89305. •· Dates and places of delivery will vary according to lead time and stock position at DLA warehouses. Inspection and acceptance will be at origin, FOB is origin. •· The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. •· The provision at 52.212-2, Evaluation-Commercial Items, does not apply. A best-value award determination will be made with price and past performance (PPIRS) receiving approximately equal weighting. •· Offerors must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. •· The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. •· The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. •· The following additional clauses have been determined by the contracting officer to be necessary for this acquisition: The clauses within umbrella contract SPM4AX-08-D-9408 will apply. In the event that UTAS does not appear to be best value for any particular part upon evaluation of offers, such part(s) will be removed from this solicitation and may be resolicited separately. •· Defense Priorities and Allocations System (DPAS) rating DO-A1 applies to items that are not commercial-off-the-shelf (COTS). No DPAS rating applies to COTS items. •· The date, time and place offers are due by e-mail to john.whaley@dla.mil by 2:00 PM Eastern Standard Time, on 05/14/2015. •· The name and telephone number of the individual to contact for information regarding the solicitation is: John Whaley, 804-279-5213.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4AX-15-D-9404-P00011/listing.html)
 
Record
SN03724392-W 20150509/150507235641-aaa85f1b4bf15dfc6b5c87a0bc63c88a (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  © 1994-2020, Loren Data Corp.