SOLICITATION NOTICE
49 -- 4935-01-311-0313 adapter assembly
- Notice Date
- 12/12/2016
- Notice Type
- Presolicitation
- NAICS
- 334419
— Other Electronic Component 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
- SPE4A6-17-R-0218
- Archive Date
- 5/10/2017
- Point of Contact
- Julie A. Tillery, Phone: 8042793537
- E-Mail Address
-
julie.tillery@dla.mil
(julie.tillery@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- This agency proposes to issue solicitation, SPE4A6-17-R-0218, for long-term strategic contract which will include NSN 4935-01-311-0313 Adapter Assembly. A total of 1 NSN is targeted for this contract effort. It is anticipated that 1 NSN will be priced for the initial contract award. The proposed action is intended to be awarded competitively on a full & open competition after exclusion of a source/ 100% Small Business Set-Aside (SBSA) basis for a single award. The Procurement Item Description (PID) cites competitive drawing NR 30003 178AS686 Revision C dated 4/4/1989. The proposed contract will be for a total 5-year period of performance (Base Year plus 4 option years). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15. NSN 4935-01-311-0313 is the item that has been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSN is FOB origin with inspection and acceptance at destination/ destination for stock locations within the Continental United States (CONUS). Higher quality level does not apply. Unit of issue is each (EA). Surge and sustainment is not required. The Estimated Annual Demand (EAD) for the base year and for the option years thereafter is 48 each. The guaranteed minimum quantity for the base year only is 12 each. The minimum delivery order quantity for the base year and option years is 12 each. The maximum delivery order quantity for the base year and option years is 48 each. The maximum annual contract for the base year and option years' quantity is 73 each. The requested delivery is 248 days after receipt of order (ARO). Weapon system is Z9N and the end item is FA-18 Reporting Group. This solicitation is being issued under the First Destination Transportation (FDT) program. For FDT program transportation requirements, see DLAD clause 52.247-9059 F.O.B. Origin, government Arranged Transportation and 52.247-9058, First Destination Transportation (FDT) Program-Shipments Originating Outside the contiguous United States (OCONUS). Additional information about FDT can be found on the FDT website ( http://www.dla.mil/FDTPI/ ). The solicitation will be posted on or around December 27, 2016 with a closing date of January 27, 2017. Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A6-17-R-0218/listing.html)
- Record
- SN04349341-W 20161214/161212234424-fc3e64f8909cd745f0d5a8ba5ef7b7f4 (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 |