Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 02, 2020 SAM #6821
SOLICITATION NOTICE

29 -- Add NSNs to Multi-NSN Long-Term Contract SPE4AX-17-D-9413

Notice Date
7/31/2020 1:22:06 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
FY20AddPopulation
 
Response Due
8/14/2020 12:00:00 AM
 
Archive Date
08/29/2020
 
Point of Contact
Ashli Procise
 
E-Mail Address
Ashli.Procise@dla.mil
(Ashli.Procise@dla.mil)
 
Description
Classification Code:� 2925 and 2910 NAICS Code:� 336412 Contracting Office Address:� DLA - Aviation,�Strategic Acquisition Programs.��ATTN: �DLA-A-AC.��8000 Jefferson Davis Highway,�Richmond, Virginia 23297. Subject:� Multi-NSN Long Term Contract (LTC); Exclusive Distributor; AAR CORP Solicitation #: SPE4A216R0023 Contract #: SPE4AX17D9413 Closing Response Date:� AMENDMENT 0001 ISSUED ON JULY 31, 2020 TO EXTEND THE SOLICITATION CLOSING DATE TO AUGUST 14, 2020.� SEE ATTACHMENTS�FOR A COPY OF AMENDMENT 0001.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice.� This announcement constitutes the solicitation and quotes are being accepted.� This is notice of the Government�s intent to add the following NSNs to long-term contract SPE4AX-17-D-9413 awarded to AAR Defense Systems & Logistics (CAGE 1Y249) under the authority of 10 U.S.C. 2304(c)(1) as implemented by FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements.� This notice also incorporates provisions and clauses in effect through Federal Acquisition Circular 48 CFR 12.603.� Description of Requirements: Line Item 0185: �NSN 2925-00-371-2252. Cover, Exciter. Line Item 0186:� NSN 2925-00-371-2253. Cover, Rectifier Section. Line Item 0187:� NSN 2925-00-373-3825. Cover, Filter Section. Line Item 0188:� NSN 2910-00-393-8507. Weight Set, Governor. Line Item 0189:� NSN 2925-01-531-9550. Igniter, Spark, Gas T. Provisions at FAR 52.212-1, Instructions to Offers � Commercial. FAR 52.212-2, Evaluation � Commercial Items. FAR 52.212-3, Offeror Representations and Certifications � Commercial Items be submitted with offer. FAR 52.212-4, Contract Terms and Conditions � Commercial Items. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes of Executive Orders � Commercial Items. FAR 52.232-33, Payment by Electronic Funds Transfer � System for Award Management. FAR 52.252-1, Solicitation Provisions Incorporated by Reference. FAR 52.252-5, Authorized Deviations in Provisions applies to this acquisition. C01, Superseded Part Numbered Items. C02, Manufacturing Phase-Out or Discontinuation of Production, Diminishing Sources, and Obsolete Materials or Components. C03, Contractor Retention of Supply Chain Traceability Documentation. C04, Unused Former Government Surplus Property.� C07, Warstopper Program Material Buffer Availability. C14, Repackaging or Relabeling to Correct Deficiencies, G01, Additional Wide Area Workflow (WAWF) Information, L02, Electronic Order Transmission, L04, Offers for Part Numbered Items, L06 Agency Protests, L08 Use of Supplier Performance Risk System (SPRS) in Past Performance Evaluations. L11, Small Business Program Representative. L22, Restriction of Alternate Offers for Source Controlled Items. L27, Addition and Deletion of Items. L31, Additive Manufacturing. M06, Evaluation of Offers for Part Numbered Items. It is the Government�s intent to use a letter solicitation format and send to the sole source Original Equipment Manufacturer (OEM) exclusive distributor only.� Email Ashli.Procise@dla.mil prior to the closing date of this notice for a copy of the letter solicitation.� All responsible sources may submit a bid, proposal, or quotation sufficient to determine capability, which may be considered by the Agency. Pricing shall include all requirements and reflect any discounts or quantity price breaks already deducted.� Unless otherwise stated in your quotation, it will be presumed you are quoting in accordance with the terms and conditions specified in the solicitation and payment terms are net 30 days.� Surplus dealers shall include a completed surplus certificate, C04, Unused Former Government Surplus Property, adequate traceability documentation to show that the product is acceptable, and the distributorship agreement between your organization and the OEM that clearly defines the scope of the distributorship agreement.� (Note:� Other Aviation sites will provide their equivalent surplus clause, as applicable) Vendors who do not provide sufficient data for evaluation by the methods noted above may be rejected without further consideration.� The supplying of standard commercial literature shall not be construed as compliance unless it is complete in all details as to permit a technical evaluation.� Technical data shall be written in English.� All dimensions, capacities, and ratings shall be given in the United States System of Measurement.� Information submitted other than as herein described will not be translated or converted by the Government to determine product conformance or acceptability.� The Government reserves the right to make an award on any item, for any quantity less than the quantity offered, at the unit price offered, unless the offeror specifies otherwise in the quotation.� The Government also reserves the right to make multiple awards if, after considering the additional administrative costs, it is in the Government�s best interest.� The Government may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the Government. All respondents shall be registered in the System for Award Management, ORCA, and have a valid DUNS number, Cage Code, and Tax Identification Number.�� All proposals received after the closing date listed may be considered �late� and may not be considered for award.� Submit proposals to Ashli.Proise@dla.mil not later than the closing response date listed above.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/df0463a7df0b4d1e8a6b8718ab63a08b/view)
 
Record
SN05741808-F 20200802/200731230147 (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  © 1994-2020, Loren Data Corp.