SOLICITATION NOTICE
15 -- LATCH ASSEMBLY, NACELLE
- Notice Date
- 7/14/2015
- Notice Type
- Presolicitation
- 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
- SPE4A715R2156
- Archive Date
- 9/15/2015
- Point of Contact
- Sara S. West, Phone: 8042793782, Andree D. Toon, Phone: 8042793914
- E-Mail Address
-
sara.west.ctr@dla.mil, Andree.Toon@dla.mil
(sara.west.ctr@dla.mil, Andree.Toon@dla.mil)
- Small Business Set-Aside
- Service-Disabled Veteran-Owned Small Business
- Description
- LTC PROJECT for NSN 1560-00-213-4019, PR: 1000038750, NOMENCLATURE: LATCH ASSEMBLY, NACELLE. Item is used on 04F Aircraft, Stratofortress B-52, 05F Aircraft, Stratolifter CKC, and 25F E-3A AWACS. The FOB point is Destination, Inspection and Acceptance is Origin. This is a Service Disable Veteran Small Business (SDVOSB) Set-Aside Procurement. ONLY OFFERS FROM SERVICE DISABLED VETERANS SMALL BUSINESS (SDVOSB) WILL BE CONSIDERED. FIRST ARTICLE REQUIRED: Government First Article Preproduction approval required. Testing will be in accordance with applicable drawings, specifications and/or Engineering instructions. The first article offered shall be manufactured at the facilities in 590Item is a CRITICAL APPLICATION ITEM. The solicitation will result in an Indefinite Quantity Contract with one, one-year Base period and four, one-year Option periods. The Estimated Annual Demand quantity is 113 each. The Guaranteed Minimum quantity is 28 each for the Base Period only. The Maximum Contract Quantity for the life of the contract is 850 each for the Base and Option Periods combined. The required production lead-time including FAT-Government is 656 Days after receipt of order (ARO). Option to extend terms of the contract is 48 months. Duration of contract period is 60 months. Requirement is a Service Disabled Veteran Small Business Procurement. Item is not a Critical Safety Item; Configuration Control applies, Export Control applies, Higher Level Quality Assurance (Manufacturers) applies. Government First Article Testing IS required. Surge and Sustainment are NOT required. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/RFP on the issue date cited in the RFP. Solicitations are in portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available at no charge at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is 31 July 2015 and closing date is 31 August 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A715R2156/listing.html)
- Place of Performance
- Address: 8000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN03797042-W 20150716/150715000243-106470fd12d127bb48851cdf9e836009 (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 |