Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 22, 2020 SAM #6933
SOLICITATION NOTICE

16 -- RFP SPE4A521R0037. Multiple NSNs - PHC FY21 Population Effort

Notice Date
11/20/2020 2:20:40 PM
 
Notice Type
Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A521R0037
 
Response Due
12/11/2020 8:59:00 PM
 
Archive Date
12/26/2020
 
Point of Contact
Brenda Edwards, Phone: 8042795707, Fax: 8042796311
 
E-Mail Address
brenda.d.edwards@dla.mil
(brenda.d.edwards@dla.mil)
 
Description
Defense Logistics Agency (DLA) Aviation, Richmond proposes to issue a Letter Request for Proposal (RFP) to support a DLA Strategic Initiative. This strategic effort includes multiple NSNs to support various sole sourced weapon systems / operational platforms. A total of 134 NSNs for various platforms / weapon systems are targeted for this RFP and contract action. OEM Parker Hannifin Corporation (59211) has been identified as the approved source of supply for the listed items; therefore, the proposed action is intended to be awarded on a sole source basis to the OEM. It is anticipated that 134 items will be awarded and priced with lead-times as add-ons to the OEM's existing Long-Term Contracts (LTCs): SPE4AX14D9413 (Next Generation Contract) and SPE4AX17D9412 (Parker Hannifin Commercial Contract). It is the Government's intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if a non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. These items 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 Wednesday, March 13, 2019. 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 page from our website and Industry Day SAR slides 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 134 NSNs have been identified for the current procurement. If other NSNs are subsequently added, as defined by this strategic initiative and contract terms, they will be synopsized separately. Contracting Office Address: 8000 Jefferson Davis Highway Richmond, Virginia 23297-5000 United States
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/a69d59785b2c42b1aa04ffb4b8381e36/view)
 
Record
SN05858077-F 20201122/201120230143 (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.