SOLICITATION NOTICE
53 -- Clamp bolt assembly NSN 5340014444725 P/N 901-033-829-103 - SPE5EC16R0009
- Notice Date
- 4/25/2017
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 332510
— Hardware Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Troop Support - Industrial Hardware, 700 Robbins Avenue, Philadelphia, Pennsylvania, 19111-5096, United States
- ZIP Code
- 19111-5096
- Solicitation Number
- SPE5EC16R0009
- Archive Date
- 8/25/2017
- Point of Contact
- Shannon Hanas, Phone: 2157377735
- E-Mail Address
-
shannon.hanas@dla.mil
(shannon.hanas@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- J&A Posting RFP Solicitation The procurement is a Request for Proposal (RFP) SPE5EC-16-R-0009 for NSN: 5340-01-444-4725, Bolt Assembly, Clamp for a quantity of 3,000 each, Part Number 901-033-829-103 manufactured by approved sources: Bell Helicopter Textron Inc. (97499) and Duncan Industries Inc. (27604). This is a Navy Critical Safety Item (CSI). This procurement is being solicited under the Federal Acquisition Regulations FAR part 15- Contracting by Negotiation on an unrestricted basis. Trade Agreement Certificate applies. FOB Origin and Inspection and acceptance at Origin applies. Required delivery is 475 days ARO. This is a Firm-fixed Price solicitation. The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The Government intends to make a Firm Fixed Price single award. This item is coded 1-B, Restricted Source, procured from approved sources of supply, Bell Helicopter Textron Inc. (97499) and Duncan Industries Inc. (27604) under part number 901-033-829-103. A Best Value award will be made to the responsible offeror who provides a technically acceptable offer with an acceptable Past Performance Information Retrieval System-Statistical Reporting Next Generation (PPIRS-SR NG) score of 80 or above. If the PPIRS-SR NG score is below 80 the offeror will be deemed unacceptable. Once the offeror has an acceptability Past Performance score, then low price will be considered. Thereby award will be made on the basis of the lowest evaluated price of proposals meeting or exceeding the acceptability standard for non-cost factors. The Government will make an award to the offeror who meets the acceptability standards for non-cost factors, takes no exception to the solicitation requirements, is deemed responsible, and whose pricing is the lowest and determined fair and reasonable. Both Certified Cost and Pricing Data along with a Small Business Subcontracting Plan (if Offeror is a large business) will be required if the award total exceeds $750,000.00 and $700,000.00 respectively. The item will be source inspected and be evaluated using FOB Origin. Delivery will be packaged, marked and bar coded in accordance with the specification of the solicitation. This contract action is for supplies which the Government does not possess complete, unrestricted technical data, therefore, the Government intends to solicit and contract with only one responsible source and no other supplies or services will satisfy Agency Requirements under FAR 6.302-1, 10 U.S.C. 2304 ( c) (1). If offering a source other than the approved sources listed in the Purchas Item Description, a Tech Data Package (TDP) must be submitted and source must be approved by time of award. Responsible sources may submit a proposal which shall be considered by the agency. For additional information, please contact Shannon Hanas at 215-737-7735 or email Shannon.Hanas@dla.mi l. The solicitation will be posted on the DIBBS website at: https://www.dibbs.bsm.dla.mil and FedBizOpps. RFQ due date May 25, 2017. Anticipated award date is June 30, 2017. Proposals will be received by US Mail, Hand Carried, or by FAX only as stated in the RFP.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/391b9f0d6fddc23a1a2b2a6168227a7d)
- Record
- SN04484555-W 20170427/170425234704-391b9f0d6fddc23a1a2b2a6168227a7d (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 |