Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 28, 2022 SAM #7363
SOLICITATION NOTICE

14 -- 14 - STRUCTURAL COMPONENT, GUIDED MISSILE LAUNCHER

Notice Date
1/26/2022 12:33:19 PM
 
Notice Type
Presolicitation
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A6-22-R-0152
 
Response Due
3/14/2022 1:00:00 PM
 
Archive Date
12/31/2022
 
Point of Contact
LACOUNTESS COLEMAN804-279-5922, Phone: 8042795922, Fax: 8042795791
 
E-Mail Address
LACOUNTESS.COLEMAN@DLA.MIL
(LACOUNTESS.COLEMAN@DLA.MIL)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This agency proposes to issue solicitation SPE4A6-22-R-0152 for an Indefinite Quantity Contract (IQC) for a five year Long Term Contract initiative which includes the following NSN: CLIN 0001 �1440-01-621-5581 � 19F, EAGLE F-15 ATRCRAFT, STRUCTURAL COMPONENT, GUIDED MISSILE LAUNCHER One NSN is targeted for this LTC initiative for solicitation SPE4A6-22-R-0152. It is anticipated that the following sources as cited below: MARVIN ENGINEERING, CAGE 32067, P/N 7002736-2 IBC MATERIALS & TECHNOLOGIES, LLC, CAGE 34TJ3, P/N 7002736-2 MOUNTAIN VIEW MACHINE & WELDING, CAGE 8X269, 7002736-2 The proposed action is intended to be awarded as a 100% Total Small Business Set Aside. The award effort for this acquisition is a five year Long Term Contract (LTC) initiative as validated during market research for this NSN. The proposed contract will be awarded for a total of five years of performance inclusive of �a base year and four option periods. Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This solicitation is proposed to be IAW FAR PART 15 for a non-commercial item. �The NSN cited above has been identified for this current action for the initial effort. This will be a multiple source competitive awarded contract based on the applicable part numbers referenced above for this NSN. ��Best value selection methods will be used for this requirement. The Government will award a single award contract for this action. The solicitation will be posted on Federal Business Opportunity (FBO) by 2/10/2022. ��The issue date will be 2/10/2022 and the closing date is 03/14/2022 The item is identified with Federal Supply Class of 1440, NAICS- 336415 � Guided and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing The solicitation will include the following terms and conditions: ��������� FOB Destination/Inspection & Acceptance @ Origin Higher Level Inspection Export Control applies Non-commercial Critical Application Contractor First Article Testing Surge is not required Pricing will be requested for the Estimated Annual Demand (EAD) quantity of 108 each Requested Delivery Schedule � 512 Days ARO w/ FAT and�� 182 Days ARO w/o FAT This agency proposes to issue solicitation SPE4A6-22-R-0152 for an Indefinite Quantity Contract (IQC) for a five year Long Term Contract initiative which includes the following NSN: CLIN 0001 �1440-01-621-5581 � 19F, EAGLE F-15 ATRCRAFT, STRUCTURAL COMPONENT, GUIDED MISSILE LAUNCHER One NSN is targeted for this LTC initiative for solicitation SPE4A6-22-R-0152. It is anticipated that the following sources as cited below: MARVIN ENGINEERING, CAGE 32067, P/N 7002736-2 IBC MATERIALS & TECHNOLOGIES, LLC, CAGE 34TJ3, P/N 7002736-2 MOUNTAIN VIEW MACHINE & WELDING, CAGE 8X269, 7002736-2 The proposed action is intended to be awarded as a 100% Total Small Business Set Aside. The award effort for this acquisition is a five year Long Term Contract (LTC) initiative as validated during market research for this NSN. The proposed contract will be awarded for a total of five years of performance inclusive of �a base year and four option periods. Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This solicitation is proposed to be IAW FAR PART 15 for a non-commercial item. �The NSN cited above has been identified for this current action for the initial effort. This will be a multiple source competitive awarded contract based on the applicable part numbers referenced above for this NSN. ��Best value selection methods will be used for this requirement. The Government will award a single award contract for this action. The solicitation will be posted on Federal Business Opportunity (FBO) by 2/10/2022. ��The issue date will be 2/10/2022 and the closing date is 03/14/2022 The item is identified with Federal Supply Class of 1440, NAICS- 336415 � Guided and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing The solicitation will include the following terms and conditions: ��������� FOB Destination/Inspection & Acceptance @ Origin Higher Level Inspection Export Control applies Non-commercial Critical Application Contractor First Article Testing Surge is not required Pricing will be requested for the Estimated Annual Demand (EAD) quantity of 108 each Requested Delivery Schedule � 512 Days ARO w/ FAT and�� 182 Days ARO w/o FAT
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e0a10c820066424185c780e580c394de/view)
 
Record
SN06225328-F 20220128/220126230106 (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.