Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 08, 2020 SAM #6735
SOLICITATION NOTICE

15 -- SPE4A220R0006 Mod P00003

Notice Date
5/6/2020 9:32:39 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A220R0006P0003
 
Response Due
5/21/2020 2:00:00 PM
 
Archive Date
06/05/2020
 
Point of Contact
Kevin Brown, Phone: 8042793201, Cynthia Jenkins Sumner, Phone: 8042795820
 
E-Mail Address
Kevin.Brown@dla.mil, Cynthia.Sumner@dla.mil
(Kevin.Brown@dla.mil, Cynthia.Sumner@dla.mil)
 
Description
Various NSNs; The Boeing Company (CAGE 88277, 76301, 43999, 82918), P/N: Various This solicitation will contain 66 National Stock Numbers (NSNs) for the F-18, F-15, C-17, and KC-135 Aircraft. This solicitation will be solicited for award of a firm fixed price contract for all (not part) listed NSNs. The approved source is DBA Boeing Company, CAGEs 81205, 76301, 43999, 82918, 8V613, 17765, and 48T42 for the below part numbers. The below NSNs will have variable quantities for a three year period with no option years. The FOB: Origin; Inspection/Acceptance: Varies. Specifications, plans, or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. The solicitation issue date is on or about 21st May 2020. The anticipated award date is on or around 21 June 2020. 1005011839722 5340011853184 1740012212940 1560016051162 1560012636639 1560005629608 1560006312238 6220007049823 1650007049869 1560008888340 1560010041773 5342010492743 6220010554928 6220011423688 5340012655011 1560015186443 1560015299885 5945015317745 6150015317750 6150015511169 1560015521265 5365016098324 5355010489911 9390010898010 5340015329673 5306003291590 5360012156905 5306011303251 1560013188880 1560015796362 5340001755313 1560003314829 3040003322629 � 5360003345855 1560003405990 4030005677381 5365006373190 3040006914036 1440007971505 1440010105542 5330010145328 1560010230552 5330010564209 1680010942340 4730010996652 1680011464987 4710011896773 6220012745528 5330014373466 5365014396439 5365014396440 1560015097648 1560015234799 1560015520266 1560015520401 1560015520404 1560016048207 1560016109614 1560016111070 1560016246238 5310016493126 1560013868839 5935013677186 5330015014651 5330016475775 Conditions for evaluation and acceptance of offers for part numbered items cited in the Acquisition Item Description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c) (2) of clause 52.217-9002, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror�s product is equal to the product cited in the AID. In order to receive an award, regardless of dollar value, you must be registered in system for award management (SAM). SAM registration is at https://www.sam.gov.�� The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. It is the Government�s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date.� Surplus dealers are also invited to respond to this synopsis.� The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note:� Other Aviation sites will provide their equivalent surplus clause, as applicable).� Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items for the contract period as identified.� In addition, respondents should identify the quantity available and price.� A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (michael.massello@sba.gov).� The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government. Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation. 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. Please contact the Acquisition Specialist for a copy of the solicitation.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/d63317d0094f4127bc8dbd6b6ae8bea4/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05648175-F 20200508/200506230202 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.