Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 13, 2020 SAM #6740
SOLICITATION NOTICE

16 -- Multiple NSNs for OEM Parker-Hannifin Corp. (PHC) weapon systems, Sole-Source Long Term Contract (LTC)

Notice Date
5/11/2020 9:38:07 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
PHC_COI-SCC-PBL_2020
 
Response Due
5/26/2020 8:59:00 PM
 
Archive Date
06/10/2020
 
Point of Contact
Orlando Holloway, Phone: (804) 279-6740, Michael Whaley, Phone: (804) 279-5928
 
E-Mail Address
Orlando.Holloway@dla.mil, Michael.Whaley@dla.mil
(Orlando.Holloway@dla.mil, Michael.Whaley@dla.mil)
 
Description
The�agency proposes to issue a solicitation for a long-term strategic / sole source contract, which will include multiple NSNs to support various weapon systems / operational platforms. �The initial contract award will establish Umbrella Terms & Conditions (T&Cs) for a Captains of Industry (COI) Supplier Capabilities Contract (SCC) effort with Performance Based Logistics (PBL) support.� The attached NSNs are currently associated with active PHC LTCs consisting of both commercial and non-commercial / military unique items. Commercial LTC: SPE4AX17D9412 with a validity expiration of 12/31/20 / Next-Gen LTC: SPE4AX14D9413 with a validity expiration of 07/31/24.� NSNs will not be priced for the initial contract award.� The proposed action is intended to be awarded on a sole source basis as supported by a J&A IAW FAR 6.302-1.� The proposed sole source contract will be issued to PHC. ��PHC CAGEs involved in this acquisition include, but are not limited to 59211, 82106, 3H889, 93835, 49695, 86329, 09523, 26433, 33269, 99321, 1QTD9, 56300, 55813, 50948, 11362, 50599, and 98441. �All orders will be placed through a designated administrative CAGE code. The proposed contract will consist of one five-year base period with one five-year option period provision.� Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM.� FAR 12 & 15 apply in this effort as multiple pricing arrangements will be used to procure military unique items and items determined commercial to include material identified as commercial of a type / commercially available off-the-shelf (COTS).� The proposed contract will be a fixed-price with Economic Price Adjustment (EPA) for the FAR 12 commercial award and prospective price redetermination for the military unique FAR 15 award in accordance (IAW) with FAR Subpart 16.205. Procurement Notes L24, Economic Price Adjustment (EPA) � Established Prices (previously FAR 52.216-9033) and M09, Price Redetermination � Prospective (previously FAR 52.216-9038) will be included in the solicitation and contract. �As mentioned, the attached list of NSNs are items that have been identified for this current action but are currently associated with PHC LTCs with remaining validity.� Current items covered may transfer to the follow-on contracts, when feasible.� If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately.� The initial strategy is to establish basic terms & conditions (T&Cs).� Associated NSNs 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. (Note: DLA Procurement Note M05 Evaluation Factor for Unused Former Government Surplus Property will apply and other Aviation sites will provide their equivalent surplus documentation, 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 in accordance with the aforementioned acquisition strategy.� In addition, respondents should identify the available quantities, prices, and lead-times.� 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 Tuesday, May 26, 2020 and should identify items of interest and include evidence of ability to supply the items for the contract period as identified.� A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (Tammy.birdsong@sba.gov). If your company desires to be reviewed and qualified as an �Approved Source� for any of the items listed, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached SAR document.� A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item, which DLA Aviation is procuring. (Note:� All SAR's will need to be submitted on a Compact Disc (CD).� DLA Aviation, Richmond does not accept SAR's via email.� An information and handbook are also attached.� Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts). Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified Original Equipment Manufacturer (OEM). FAR Parts 12 / 15 procedures may apply.� The attached 742 NSNs are currently associated with PHC LTCs.� If other NSNs are subsequently added, as defined by this strategic initiative and contract terms, they will be synopsized separately. The anticipated closing date for prospective Request for Proposals (RFPs): Commercial-SPE4A520R0246 / Non-Commercial-SPE4A520R0248 is Thursday, July 16, 2020. Contracting Office Address: 8000 Jefferson Davis Highway Richmond, Virginia 23297-5000 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/2b7defe9e7b24addbad5b6e8d83c9f32/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05653279-F 20200513/200511230210 (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.