Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 05, 2020 SAM #6763
SOLICITATION NOTICE

15 -- DOOR, ACCESS AIRCRAFT: (NSN 1560-01-004-8748 FL, Part Number 35-33076-3)

Notice Date
6/3/2020 11:41:05 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT OKLAHOMA CITY, OK TINKER AFB OK 73145-3070 USA
 
ZIP Code
73145-3070
 
Solicitation Number
SPRTA1-20-R-0174
 
Response Due
8/3/2020 1:00:00 PM
 
Archive Date
10/16/2020
 
Point of Contact
JAMES CHANDLER, Phone: 4057394440
 
E-Mail Address
james.chandler@us.af.mil
(james.chandler@us.af.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
1. Estimated Solicitation issue date is 18 JUN 2020 with an estimated closing/response date of 3 AUG 2020. It is the intention of DLA Aviation at Oklahoma City to allow a 45-Day Solicitation period for Boeing Rights Guard applicable acquisitions with days 1 through 15 being allotted to allow time for additional potential sources to submit requests for, and receive, the BRG Technical Data Package CD-ROM.� This additional time over-and-above the standard 30-day Solicitation timeframe is a courtesy and serves as constructive notice that it is the affirmative responsibility of potential offerors to monitor the FBO and quickly process requests for the BRG Technical Data Package CD-ROM and that Solicitation Closing Dates WILL NOT be extended for the sole-purpose to allow for additional time to propose. 2. Request for Proposal #: �SPRTA1-20-R-0174 3. Purchase Request:� FD2030-20-00278, US Air Force Requirement 4. Nomenclature/Noun: �DOOR, ACCESS, AIRCRAFT 5. NSN: ��1560-01-004-8748FL 6. Part Number: ��35-33076-3 7. Application (Engine or Aircraft): ��C/KC-135 Aircraft 8. Acquisition Method Code (AMC):� 1/G; Full and Open Competitive Acquisition for the Second or Subsequent Time. Acquisition is subject to Boeing Rights Guard (BRG) restrictions and procedures.� Information concerning procedures to request/obtain the BRG Technical Data Package via a CD-ROM as well as the applicable points-of-contact will be outlined on the solicitation itself, when issued. 9. History:� Previously purchased from Aerometals, Inc. on Contract SPRTA1-17-D-0016, awarded on 3 AUG 2017. 10. Description/Function: �Smooths out the air flow.� 11. Dimensions:� Approximately 20.5 inches in length, 20.5 inches in width and 6.5 inches in height, and 9.2 lbs in weight. 12. Material: �Aluminum 13. Sources / Qualified Sources (if Qualification Requirements Apply):� Total Small Business Set A-Side, Export Controlled Certification, and Boeing Rights Guard Certification required. 14. Qualification Requirements (QR�s):� QR�s are Not applicable to this acquisition. 15. First Article:� 1ea First Article unit IS required for this acquisition.� If First Articles are required, if there are any applicable waiver criteria, these will be detailed in the solicitation itself, when issued. 16. Export Control: YES. If identified as being applicable, you are REQUIRED to be �EXPORT CONTROLLED� certified in order to receive and view the Technical Data Package / drawings for this solicitation.� If your company intends to become Export Control Certified, a web site for registration exists:� http://www.dlis.dla.mil/jcp/.� Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award.� Access to the Technical Data Package for this acquisition is restricted to potential offerors who have met the requirements to view/receive Export Controlled data as well as satisfying the requirements under the Boeing Rights Guard controls and procedures to receive/view the Bid-Set package via a Boeing Rights Guard CD-ROM. 17. Award of a New Manufacture, 3-Year Ordering Period IDIQ type Contract is contemplated. Multiple awards are NOT contemplated. The Government intends to award to a single source. US Government or FMS requirements (with concurrence of US Air Force), may be ordered off of this contemplated contract. Surplus is NOT authorized for this procurement. Line Item 0001 (Final CLIN numbering on solicitation TDB): Best Estimated Quantity for the 3-Year IDIQ Ordering Period is 44 Units, with a Minimum 3-Year Contractual Quantity of 14 units and a Maximum 3-Year Contractual Quantity of 66 units (Including First Article Unit). First Article and Production units Desired/Required Delivery Terms will be detailed in actual Solicitation, when issued.� Final Delivery Destination:� US Government / DLA Distribution Depot Oklahoma, Tinker AFB (SW3211). �Destination for FMS Production requirements / FMS Freight Forwarder TBD on each individual order. Surplus is NOT authorized for this procurement. 18. Mandatory Language: Written procedures will be used for this solicitation.�� Electronic submission of completed/signed proposals via scanned PDF through e-mail to the contracting officer is authorized.�� DLA OMBUDSMAN (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions). (c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints.� DLA AVIATION AT OKLAHOMA CITY CA/Ombudsman can be reached at 405-855-3556, facsimile (405) 734-8129.� DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.� Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate.� Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Office. 19. UID marking requirements IAW DFARS clause 252.211-7003 apply to this acquisition.� IUID Marking is mandatory and required regardless of acquisition unit-price. 20. This procurement is a Total 100% Small Business Set Aside. �Serial Numbers are required. 21. This solicitation may include DLAD provision 52.215-9023 for Reverse Auction.� Since a Reverse Auction may be conducted IF in the best interest of the Government, offerors are encouraged to access the ProcureX system to self-register and review the available training tools at: dla.procurexinc.com to learn more about how to participate in an auction.� Offerors who do not self-register will be loaded at the time of auction by DLA, if conducted. 22. Solicitation shall utilize Non-Commercial FAR 15 procedures.� Based upon market research the Government is NOT using the policies contained in FAR 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 Governments requirement with a commercial item within 15 days of this notice. 23.�Government's obligation under this contract is contingent upon the availability of appropriated funds, IAW FAR 52.232-18, from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability to be confirmed in writing by the Contracting Officer. 24. DFARS clause 252.225-7001, Buy American and Balance of Payments Program is applies to this acquisition. 25. Electronic procedures will be used for this solicitation. Hard copies of the solicitation will not be sent from this office. The solicitation will be available for download only at https://beta.sam.gov/.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/60a842018fe9458a9d2110b6f3e8ba6c/view)
 
Record
SN05678920-F 20200605/200603230150 (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.