Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 12, 2022 SAM #7468
MODIFICATION

16 -- SHAFT, STAR, GEAR, AIR

Notice Date
5/10/2022 12:40:25 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A522RX018
 
Response Due
5/20/2022 11:00:00 AM
 
Archive Date
06/04/2022
 
Point of Contact
Desiree McCormick804-279-5794
 
E-Mail Address
Desiree.McCormick@dla.mil
(Desiree.McCormick@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
This solicitation is for an Indefinite Quantity Type Contract, which includes a one Year Base period with four one-year option periods for NSN 1650-015420113. The guaranteed minimum quantity for this contract is 54. �The maximum quantity of the contract is 216 and applies to all the base periods combined. The part being procured is a SHAFT STAR, GEAR AIR. I/A/W APEX MANUFACTURING COMPANY 2V343 P/N 4502285 and ONTIC RAYTHEON 55820 P/N 4502285.� The required delivery schedule is 371 days. �This item has not been identified as CSI. �FOB Origin Inspection and Acceptance is Origin. Contractor First Article Testing is required. DLA Aviation Richmond currently does not have approved technical data package available for this NSN. If any non-OEM source is interested in this NSN, please notify the Contracting Officer prior to the synopsis closing date. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, 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 for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting o?icer identified herein and SBA PCR (anne.mastrincola@dla.mil). The Government may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the Government. 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 only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75, dated June 24, 2014. This acquisition is unrestricted; no set-aside applies. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. The provision at 52.212-2, Evaluation-Commercial Items, does not apply. A best-value award determination will be made with price and past performance utilizing the Past Performance Information Retrieval System (PPIRS) receiving approximately equal weighting and other evaluation factors as described in the solicitation. An offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clause at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. Defense Priorities and Allocations System (DPAS) rating DO-A1 apply to items that are not commercial� off-the-shelf (COTS). No DPAS rating applies to COTS items. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. Solicitation issue date is May 10, 2022. A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFQ. From the DIBBS Homepage, select ""Requests for Quote ( RFQ ) / Invitation For Bid (IFB)"" from the menu under the tab ""Solicitations."" Then search for and choose the RFQ you wish to download. RFQs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/58b838aa486f4efeacf1424f1c01a79a/view)
 
Place of Performance
Address: Richmond, VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN06322095-F 20220512/220510230051 (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.