Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2017 FBO #5654
SOLICITATION NOTICE

10 -- Bomb Rack Spare Parts // LTC // Eagle F-15 Aircraft

Notice Date
5/15/2017
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPE7LX17R0077
 
Archive Date
8/25/2017
 
Point of Contact
Carol M Bucher, Phone: 614-692-4221, MATTHEW M. KIRK, Phone: 614.692.8651
 
E-Mail Address
carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL
(carol.bucher@dla.mil, MATTHEW.KIRK.@DLA.MIL)
 
Small Business Set-Aside
Partial Small Business
 
Description
// NSN(s): 1095-01-285-9124 1095-01-285-9710 1095-01-334-2944 1095-01-461-9156 // Item Description: Lever Assembly, Arming Retainer Assembly, C Ejector Vent Valve Lever Assy, Arming // Manufacturer's Code and Part Number (if applicable): (in NSN order above) 82340 EDO LLC DBA 116129-1 32067 MARVIN ENGINEERING CO., INC. DBA 116129-1 82340 EDO LLC DBA 116023-1 32067 MARVIN ENGINEERING CO., INC. DBA 116023-1 82340 EDO LLC DBA 116075-1 32067 MARVIN ENGINEERING CO., INC. DBA 116075-1 82340 EDO LLC DBA 116129-20 32067 MARVIN ENGINEERING CO., INC. DBA 116129-20 // Quantity (including option quantity): Est. ADQ: 1095-01-285-9124 54 1095-01-285-9710 40 1095-01-334-2944 197 1095-01-461-9156 74 // Unit of Issue: EA // Destination Information: FOB Origin / I&A Destination // Delivery Schedule: 1095-01-285-9124 180 days 1095-01-285-9710 70 days 1095-01-334-2944 130 days 1095-01-461-9156 250 days 8. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS) ATTN: U.S./Canada Joint Certification Office 74 Washington Avenue North Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. 26. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. (X) The solicitation will be available in DLA DIBBS ( https://www.dibbs.bsm.dla.mil/rfp ) on or about its issue date of 06/05/2017. (X) This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Approved sources are: EDO LLC (CAGE 82340); Marvin Engineering Co. Inc. (CAGE 32067). (X) Specifications, plans or drawings are not available. (X) Indefinite Quantity Contract (IQC) for the procurement of National Stock Numbers (NSNs) 1095-01-285-9124, 1095-01-285-9710, 1095-01-334-2944, and 1095-01-461-9156. The Government is pursuing a long-term contract, for the duration of a three year base and two separately priced one year option periods for a potential total of 5 years. The total contract maximum value is $322,186.58. This requirement is for DLA stock support the continental United States (CONUS). At the time of solicitation there are 4 NSN(s) being procured and managed by one Inventory Control Point (ICP) - DLA Land and Maritime. (X) The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. The total duration (base plus option years) shall not exceed five (5) years. (X) While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. (X) The Small Business size standard is 1,250 employees.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPE7LX17R0077/listing.html)
 
Record
SN04508729-W 20170517/170515234920-8075da3440d62b3035cf4a14b9dbb445 (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.