Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 02, 2016 FBO #5488
SOLICITATION NOTICE

16 -- Will include 32 NSNs for multiple FSCs and NAICS for aircraft component parts - Presolicitation

Notice Date
11/30/2016
 
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
SPE4A2-17-R-0012
 
Archive Date
12/31/2016
 
Point of Contact
Diane J. Parker, Phone: 8042795754
 
E-Mail Address
diane.parker@dla.mil
(diane.parker@dla.mil)
 
Small Business Set-Aside
Service-Disabled Veteran-Owned Small Business
 
Description
List of NSNs included in this acquisition This agency proposes to issue a solicitation for a long-term strategic contract for multiple National Stock Numbers (NSN) which will cover multiple Federal Stock Classes (FSC) to include 1440, 1615, 1650, 1670, 1680, 2835, 2840, 3110, 3120, 4933, 5342, 5365, 5975, 5995, 6150, 6210, 6240, 6250, 6350, and 6680. The NSNs to be included are fully competitive, non-commercial parts to be awarded in accordance with FAR Parts 15 and 19 and support a variety of weapon systems. First article and surge requirements may apply for some of the items included in the candidate population. A total of 32 NSNs are targeted for this contract effort with yearly estimated quantities to be identified in the solicitation. The proposed action is intended to be solicited/awarded on a fully competitive basis as a Service-disabled Veteran-owned Small Business Set-aside and best value selection methods will be used. Government owned drawings will be made available to industry and interested manufacturers upon request after the solicitation is issued. The proposed contract will be for a 3-year based period of performance and will include a 2-year option period for a total potential duration of 5 years. Offers in response to the Request for Proposal (RFP) must include a single unit price for for each part for both the 3-year base period as well as the 2-year option period. The contract is proposed to be a FAR Part 15 effort and will be a fixed price Indefinite Quantity Contract (IQC) with a guaranteed total minimum of $1,000. The attached list includes all 32 NSNs that have been identified for inclusion in the solicitation. Evaluation of offers will be on a line by line basis. The contracting officer will only consider and evaluate those offers which propose pricing for at least 80% of the requirement and may award multiple contracts. The solicitation will be posted on FBO on or around Dec 15, 2016 with a closing date of February 3, 2016. A copy of the solicitation will be available via the DLA-BSM Internet Bid Board System (DIBBS) at: https://www.dibbs.bsm.dla.mil. Choose the DLA Request for Proposals (RFP) / Invitation for Bid (IFB) option under solicitations. Enter the solicitation number within the search value area, and click the submit button. Solicitations are in Portable Document Format (PDF). To download and view these documents, use the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of the solicitation may be provided to requesters on a case by case basis if access to DIBBS is not available. Surplus dealers are also invited to respond to this synopsis and any responses should include a completed surplus certificate, DLAD 52.211-9000, or adequate traceability documentation to show that the product is the same as required. All notices of interest should be forwarded to the Contracting Officer identified herein and the SBA PCR ( Michael.massello@sba.gov ). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A2-17-R-0012/listing.html)
 
Record
SN04339567-W 20161202/161130234647-d0858d71413f632abe639e3c52dc7f13 (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.