Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 02, 2018 FBO #5915
SOLICITATION NOTICE

16 -- Sole Source Items Supporting the USAF EPBL - Items for inclusion into the solicitation

Notice Date
1/31/2018
 
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
SPE4AX-R-18-0024
 
Archive Date
3/2/2018
 
Point of Contact
Sharon G. Hartman, Phone: 8042796857
 
E-Mail Address
sharon.hartman@dla.mil
(sharon.hartman@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
One-hundred fifteen (115) items for inclusion into the solicitation. Defense Logistics Agency (DLA) Aviation is issuing a solicitation for a ten-(10) year, Indefinite-Quantity Contract for the procurement of items supporting USAF Secondary Power Systems for various aircraft. The items scheduled for inclusion into the solicitation are sole source to TransDigm, Inc. (Cage Codes: 04638 and 81833) and subsequently to its wholly-owned subsidiary, Aero Controlex (Cage: 02AE6). The list of sole source items may be expanded after contract award to include any sole source item to Aero Controlex (Cage: 02AE6). The solicitation will be unrestricted using Other Than Full and Open Competition as prescribed by the Federal Acquisition Regulation (FAR) 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The resulting contract will be a tailored logistics contract supporting the USAF requirements providing items required to support the secondary power systems for seven-(7) aircraft under the EPBL; a customer direct contract with fixed-price and prospective price redetermination periods pursuant to FAR 16.205. The ordering period will include a single five-(5) year base period and two-(2) option periods; the option periods consist of a three-(3) year option and two-(2) year option. The price redetermination periods will be at three-(3) years, three-(3) years, two-(2) years, and two-(2) years. This acquisition may include both consumable items managed by DLA and depot level reparable (DLR) items managed by the Military Services. The items are categorized in multiple Federal Supply Classes (FSC) and ordered by National Stock Number (NSN). An initial population of one-hundred fifteen (115) NSNs will be solicited. Additional items, sole source to Aero Controlex, may be added to the resultant contract in phases throughout the contract duration. The initial one-hundred fifteen (115) items support the larger effort under the EPBL and must be procured directly from Aero Controlex in order to maintain a valid warranty on the integrity of the higher level assemblies; these items will ship customer direct. All other world-wide coverage will be address separately and alternate offerors must submit a complete technical data package for each NSN for approval in order to be considered. Any items found to be competitive after award of the contract or become competitive after award, will be removed from sole source status for world-wide support; however, all items supporting the USAF EPBL effort will remain sole source for the life of the contract. The resulting contract will be a customer direct contract with shipments being delivered to the USAF specified repair facility within the Continental United States (CONUS). Items under this contract will be FOB origin with inspection/acceptance at origin. The NSN population is included in this synopsis, part numbers and nomenclatures are included with the synopsis, quantities will be provided in Schedule B of the solicitation. Any supplies to be furnished under the resulting contract will be ordered by issuance of a delivery order. Surplus dealers and small business dealers and distributors having existing stocks of surplus or newly manufactured material are invited to respond to this synopsis. The response should include a completed surplus certificate, Defense Logistics Agency Directive (DLAD) 52.211-9000, Government Surplus Material, or adequate traceability documentation to show product is acceptable. In addition, respondents should identify 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 interests of the government. A copy of the Request for Proposal (RFP) will be available via the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the same issue date cited in the RFP. Choose the RFP you wish to download. RFPs are in the portable document format (PDF). To download and view these documents, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of the RFP will not be available to requestors. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. Solicitation #: SPE4AX-18-R-0024 will be issued ON OR AROUND 23 February 2018. The DLA Aviation at Richmond point of contact is Sharon Hartman at Sharon.Hartman@dla.mil. List of NSNs schedule for inclusion is attached.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX-R-18-0024/listing.html)
 
Record
SN04805509-W 20180202/180131231303-e5691dc62408cea5ff469aebe5be335f (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.