Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 12, 2017 FBO #5649
SOLICITATION NOTICE

16 -- RFP: SPE4A517R0934. Multiple NSNs for OEM Bell Helicopter Textron Inc. (97499), Automated BHTI Catalog / BOA Initiatives. - RFP SPE4A517R0934 (NSNs)

Notice Date
5/10/2017
 
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
SPE4A517R0934
 
Archive Date
6/8/2017
 
Point of Contact
Orlando V. Holloway, Phone: 8042796740
 
E-Mail Address
orlando.holloway@dla.mil
(orlando.holloway@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
RFP SPE4A517R0934 (NSNs) Defense Logistics Agency (DLA) Aviation, Richmond proposes to issue a Letter Request for Proposal (RFP) to support DLA's Strategic Sourcing and Automated BHTI Catalog / BOA initiatives. This strategic effort includes multiple NSNs to support various weapon systems / operational platforms associated with the BHTI Military Spares Catalog. A total of 271 NSNs are targeted for this RFP and contract action. It is anticipated that 271 items will be priced for the contract award. OEM Bell Helicopter Textron Inc. (97499) is the approved source of supply for these items; therefore, the proposed action is intended to be awarded on a sole source basis to the OEM. It is the Government's intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if a non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. These items have been identified as sole source; however, some items may have history showing awards to other than the OEM. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLA Procurement Note 04, Government Surplus Property Material or adequate traceability documentation to show that the product is acceptable. Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items in accordance with the aforementioned acquisition strategy. In addition, respondents should identify the quantity available and price. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the government. Responses to this announcement from other than the OEM are required by Wednesday, May 24, 2017. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (anne.mastrincola@dla.mil). Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified Original Equipment Manufacturer (OEM). This is proposed to be a FAR Part 12 effort. The attached 271 NSNs have been identified for the current procurement. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The anticipated closing date is Friday, June 09, 2017. 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 SPE4A517R0934, issued as a request for proposal (RFP). • The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75, dated June 24, 2014. • This acquisition is unrestricted; no set-aside applies. • RFP line items: see attached. • Requirements for the items to be acquired: The only acceptable manufacturing source for these items is BHTI, CAGE 97499. • 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. • Terms and conditions of Basic Ordering Agreement (BOA) SPRPA1-16-G-001W are applicable. In the event that Bell Helicopter Textron Inc. CAGE 97499 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 re-solicited separately. • Defense Priorities and Allocations System (DPAS) rating DO-A1 apply 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 orlando.holloway@dla.mil by 2:30 PM Eastern Standard Time, on Wednesday, May 24, 2017. • The name and telephone number of the individual to contact for information regarding this request for proposal is: Orlando Holloway, 804-279-6740.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A517R0934/listing.html)
 
Place of Performance
Address: DLA Aviation, 8000 Jefferson Davis Hwy, Richmond, VA. 23297-5100, United States
Zip Code: 23297-5100
 
Record
SN04503841-W 20170512/170510235748-ae0b6cf4eebaadfd2f512f740b31781c (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.