SOLICITATION NOTICE
15 -- MULTIPLE NSNS; 1560; MULTIPLE AIRCRAFT
- Notice Date
- 5/2/2023 10:45:13 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4A723R0529
- Response Due
- 6/19/2023 8:59:00 PM
- Point of Contact
- Dorothy Ferebee, Phone: 8042793540, Fax: 8042793516
- E-Mail Address
-
Dorothy.Ferebee@dla.mil
(Dorothy.Ferebee@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- A solicitation will be issued for multiple items: Aircraft, Orion P-3, NSN 1560-00-806-6062, Window Assembly, IQC 1000166609.� The required delivery is 120 days ARO for production units.� Critical Application Item.� NAICS is 336413.� This is�a 100% Small Business Set-Aside,�full and open after exclusion of sources procurement.� Only offers from small business concerns will be considered.� Potential sources:� Llamas Plastics Inc. (CAGE 8P093) and Lockheed Martin Corp (CAGE 98897).� FOB Destination, Inspection/Acceptance Destination.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for the 5-year base period will be�8 each.� Surge requirements do not apply.����������������������������������������� Helicopters CH-53, NSN 1560-00-894-1517, Window Assy, IQC 1000166609.� Contractor First Article Testing (FAT) is required.� The required delivery is 60 days ARO for FAT Report and 275 days after FAT approval for production units.� Critical Application Item.� Configuration Control item.� NAICS is 336413.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procurement.� Only offers from small business concerns will be considered.� Potential sources:� Llamas Plastics Inc. (CAGE 8P093) and Sikorsky Aircraft Corporation (CAGE 78286).� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 24 each.� Surge requirements do not apply. Aircraft, Osprey V-22A, Marine Corps, NSN 1560-01-649-9444, Transparency, Canopy, IQC 1000166609.� Contractor First Article Testing (FAT) is required.� The required delivery is 30 days ARO for FAT Report and 282 days after FAT approval for production units.� Critical Application Item.� Export Control applies.� Configuration Control item.� NAICS is 336413.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procurement.� Only offers from small business concerns will be considered.� Potential sources:� Llamas Plastics Inc. (CAGE 8P093), The Boeing Company (CAGE 77272), and Sierracin Corporation (CAGE 12035).� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 24 each.� Surge requirements do not apply. Aircraft, Osprey V-22A, Marine Corps, NSN 1560-01-649-9448, Transparency, Canopy, IQC 1000166609.� Contractor First Article Testing (FAT) is required.� The required delivery is 30 days ARO for FAT Report and 30 days after FAT approval for production units.� Critical Application Item.� Configuration Control item.� NAICS is 336413.� This is a 100% Small Business Set-Aside, full and open after exclusions of sources procurement.� Only offers from small business concerns will be considered.� Potential sources:� Llamas Plastics Inc. (CAGE 8P093) and Sierracin Corporation (CAGE 12035).� FOB Destination, Inspection/Acceptance Origin.� This is a request for proposal for an Indefinite Quantity Contract.� Estimated Annual Quantities for a base period of five years with zero (0) options will be 36 each.� Surge requirements do not apply. Limited specifications, plans, or drawings relating to the procurement described are�available and can be furnished by the Government or specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the Government.� Request for written proposal, please submit offers to fax # (804) 279-4165.� OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD.� A copy of the solicitation will be made available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/.� From the DIBBS Homepage, select Requests for Proposal (RFP) / Invitation for Bid (IFB) from the menu under the tab Solicitations.� Then search for and choose the RFP you wish to download.� Solicitations 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.� The solicitation issue date is on or about May 18, 2023 with a closing date on or about June 19, 2023.� All responsible sources may submit an offer, which will be considered.� Supplier Performance Risk System (SPRS) applies.� The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/978c87e0d15a4f1daf4fba844e3ae342/view)
- Place of Performance
- Address: Richmond, VA 23237, USA
- Zip Code: 23237
- Country: USA
- Zip Code: 23237
- Record
- SN06668861-F 20230504/230502230115 (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 |