Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2024 SAM #8079
SOLICITATION NOTICE

16 -- Torque Motor 016883188, Part Number 814136-7, Application F-18, Sole Source to Collins Aerospace CAGE 73030

Notice Date
1/8/2024 7:22:59 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4AX22D9404-0001
 
Response Due
1/18/2024 11:00:00 AM
 
Archive Date
02/02/2024
 
Point of Contact
John Whaley, Phone: 8042795213
 
E-Mail Address
john.whaley@dla.mil
(john.whaley@dla.mil)
 
Description
Issue date: 01/08/2024 Closing Date: 01/18/2024 Type of Procurement: Requirements Corporate Contract DLA Direct (Stock) NIIN(s): 016883188 The proposed acquisition will be an addition to Collins Aerospace contract SPE4AX22D9404. Items(s) are sole source to Collins CAGE 73030. Item(s) are covered by a Class Justification and Approval for Other Than Full and Open Competition document. Item(s) is a Navy Critical Safety Item. Surge and Sustainment does not apply. Nomenclature: Motor, Torque End Item Application: F-18 Aircraft Quantity: Estimated quantity per year, 68. Pricing for 2024-2028 requested. Options: No option. Inspection & Acceptance: Origin FOB: Origin Approved sources: Collins Aerospace, CAGE 73030. Critical Item. Delivery: 200 days ARO Point of contact is John Whaley at 804-279-5213.� The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302-1. 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 the closing date of this synopsis/solicitation 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. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested suppliers may submit an offer. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition, to the data required in subparagraph (c) (2) of DLA procurement note L04 Offers for Part Numbered Items, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror's product is equal to the product cited in the AID. Surplus dealers and small business dealers and distributors are invited to respond to this synopsis.� The response should include a completed surplus certificate, DLAD 52.211-9000, or adequate traceability documentation to show product is acceptable.� DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory through a dealer is in the best interests 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 number is SPE4AX22D9404-0001, issued as a request for proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2024-02, dated 12/22/2023. This acquisition is unrestricted; no set-aside applies. Solicitation line item(s): SLIN 0001; 1560-01-688-3188 Requirements for the items to be acquired: The only available manufacturing source for these items is Collins Aerospace, CAGE 73030. Dates and places of delivery will vary according to lead time and stock position at DLA warehouses. Inspection and acceptance will be at origin, FOB is origin. 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 (PPIRS) receiving approximately equal weighting. 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. The following additional clauses have been determined by the contracting officer to be necessary for this acquisition: The clauses within contract SPE4AX22D9404 will apply. In the event that Collins Aerospace CAGE 73030 does not appear to be best value upon evaluation of offers, such part(s) will be removed from this solicitation and may be resolicited separately. Defense Priorities and Allocations System (DPAS) rating DO-A1 applies to items that are not commercial-off-the-shelf (COTS). No DPAS rating applies to COTS items. The date, time and place offers are due by e-mail to john.whaley@dla.mil by 2:00 PM Eastern Standard Time, on 01/18/2024. The name and telephone number of the individual to contact for information regarding the solicitation is: John Whaley, 804-279-5213.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/79ddf6b7de54494994adb545cbd634a9/view)
 
Place of Performance
Address: Windsor Locks, CT, USA
Country: USA
 
Record
SN06929721-F 20240110/240108230045 (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.