Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 21, 2015 FBO #5019
SOLICITATION NOTICE

16 -- Additions to Simmonds Corporate Contract - Pricing Spreadsheet

Notice Date
8/19/2015
 
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
SPE4AX15D9404P00012
 
Archive Date
9/15/2015
 
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
Pricing Spreadsheet Issue date: 08/19/2015 Closing Date: 08/31/2015 Type of Procurement: Addition to Requirements Corporate Contract DLA Direct (Stock) NSN: Multiple. The proposed acquisition will be an addition to Goodrich Aerospace contract SPM4AX-15-D-9404. All items are sole source to UTAS/Simmonds Precision Products. The items to be added are listed in the attached spreadsheet. These items are covered by a Class Justification and Approval for Other Than Full and Open Competition. 6680-011440831 and 1560-011898724 are Critical Safety Items. Surge and Sustainment applies to NSNs 6680-01-526-4435 and NSN 6680-01-148-5821. A MWR quantity of 4 applies to each NSN. Nomenclature: Various, see attached spreadsheet. End Item Application: Various, see WSDCs in attached spreadsheet. Quantity: For each part, provide a price for each of the quantity ranges below: Quantity 1-10 Quantity 11-35 Quantity 36-72 Quantity 73-150 Quantity 150+ Options: Options are in accordance with SPM4AX-15-D-9404. Price and delivery for orders issued in 2015 through 2018 is requested. Inspection & Acceptance: Origin FOB: Origin Approved sources: UTAS/Simmonds, CAGE 12511 and/or 89305. Critical Items, Aircraft Sensors. Requested Delivery: See attached spreadsheet. 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 L17C01 (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. The Government's is using a combined synopsis/solicitation to solicit the OEM for these sole-source items. If any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (anne.mastrincola@dla.mil). The government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government. 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 SPE4AX15D9404P00012, issued as a request for proposal (RFP). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-83, dated July 2, 2015. •· This acquisition is unrestricted; no set-aside applies. •· Solicitation line items 0001-0031, Various NSNs, Various part numbers, estimated annual quantities vary; see attached spreadsheet. •· Requirements for the items to be acquired: The only acceptable manufacturing source for these items is Goodrich Corporation, CAGE 12511 and/or 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. •· An offeror 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 contract SPM4AX-15-D-9404 will apply. In the event that Goodrich Corporation CAGE 12511/ 89305 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 08/31/2015. •· The name and telephone number of the individual to contact for information regarding the solicitation are: John Whaley, 804-279-5213.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX15D9404P00012/listing.html)
 
Record
SN03846649-W 20150821/150820000438-92c7460f7dbd0f7deff09c666b00214c (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.