Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOLICITATION NOTICE

16 -- CABLE ASSEMBLY, CONTROL / NSN 1680-01-597-5806 / KC135 AIRCRAFT

Notice Date
5/13/2022 6:28:27 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A722R0529
 
Response Due
7/5/2022 12:00:00 PM
 
Point of Contact
Christopher Rose804-279-5920, Jeremy Prince804-279-5994
 
E-Mail Address
Christopher.Rose@dla.mil, Jeremy.Prince@dla.mil
(Christopher.Rose@dla.mil, Jeremy.Prince@dla.mil)
 
Small Business Set-Aside
SBA Total Small Business Set-Aside (FAR 19.5)
 
Description
A 100% Small Business Set-Aside solicitation will be issued to establish an Indefinite Quantity Contract (IQC) for NSN 1680-01-597-5806, a CABLE ASSEMBLY, CONTROL. The award will be for a 5-year base period. The Estimated Annual Quantity (EAQ) is 84 EACH. Production units will be FOB: Destination; Inspection /Acceptance: Origin. Item is critical, but not deemed a Critical Safety Item. Export Control and Boeing Rights Guard apply. Surge requirements DO NOT apply. The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302. The OEM is Boeing (CAGE 81205) in accordance with drawing number 69-11897-8. DLA Aviation does possess complete technical data on this part for any interested vendor. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. This solicitation may include Procurement Note L09, Reverse Auction.� Since a reverse auction may be conducted, offerors are encouraged to access the Procurex system and review the reverse auction help tutorials at https//dla.procurexinc.com to learn more about how to participate in an auction. In order to receive an award, regardless of dollar value, contractors must be registered in the System For Award Management (sam.gov). The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. The estimated solicitation issue date is 06/01/2022. A copy of the solicitation will be available via DIBBS at https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. Choose the RFP you wish to download. RFPs 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 requesters.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/66b603d0ed3547bc822937d2ee5111d6/view)
 
Record
SN06326867-F 20220515/220513230100 (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.