SOLICITATION NOTICE
15 -- MULTI NSN / KC 135 AIRCRAFT PANELS
- Notice Date
- 2/13/2012
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
- ZIP Code
- 23297-5000
- Solicitation Number
- SPM4A712R1348
- Archive Date
- 4/17/2012
- Point of Contact
- Christopher Rose, Phone: 8042795920, Carlos R. Pillot, Phone: 8042794446
- E-Mail Address
-
christopher.rose@dla.mil, carlos.pillot@dla.mil
(christopher.rose@dla.mil, carlos.pillot@dla.mil)
- Small Business Set-Aside
- Total Small Business
- Description
- ********** 100% Small Business Set Aside ********** A solicitation will be issued to establish a multiple NSN Indefinite Quantity Contract (IQC) for the following NSNs. 1.) NSN 1560-00-864-1971; PANEL, STRUCTURAL 2.) NSN 1560-00-864-1972; PANEL ASSEMBLY, ELEVATOR 3.) NSN 1560-00-864-1975; PANEL, ASSEMBLY, ELEVATOR 4.) NSN 1560-00-864-1976; PANEL, ASSEMBLY, ELEVATOR All NSNs are for the KC 135 Aircraft. The award will be for a 1-year base period and four 1-year option periods. The Estimated Annual Quantities (EAQ) apply to each NSN and are as follows: Base Year EAQ: 96 each; Option Year EAQ: 96 each. FOB: Destination; Inspection /Acceptance: Origin. Required delivery is as follows: 1.) NSN 1560-00-864-1971 = 120 days ARO 2.) NSN 1560-00-864-1972 = 120 days ARO 3.) NSN 1560-00-864-1975 = 120 days ARO 4.) NSN 1560-00-864-1976 = 96 days ARO. 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 The Boeing Company, CAGE 81205 under the following part numbers: 1.) NSN 1560-00-864-1971 = P/N 5-96299-3035 2.) NSN 1560-00-864-1972 = P/N 5-96300-3019 3.) NSN 1560-00-864-1975 = P/N 5-96302-3009 4.) NSN 1560-00-864-1976 = P/N 5-96302-3010 Approved Manufacturing Sources for all NSNs: ALC ENGINEERING (1WUJ0), HANDY TOOL & MFG CO INC (91750), NORDAM Group (29957), CRAFT MANUFACTURING AND TOOLING INC (0CMM5), ICES Corp (1V8G8) Approved Manufacturing/Bonding Sources for all NSNs: Rohr Inc/Goodrich Aero-structures (51563), Triumph Fabrications-Fort Worth, Inc. (32818), Airborne Supply Inc. (65088), The Boeing Company (82918), The Nordam Group Inc. (29957), Honeycomb Company of America Inc. (99115), Fleet Canada Inc. (35356), Plastic Fabricating Co Inc. (96145), Helicomb International Inc. (6W159), Aero Space Composites (0JWH9), Cyclone Aviation Products Ltd (S5503), Apex Composites Inc. (0X451), Aviation Equipment Inc. (0TEG3), Applied Aerospace Structures Corp (23296), Aurora Flight Sciences of West Virginia (1PFX4), Platinum Aerostructures (3ECN8), Texas Air Manufacturing Inc (1W2T5), Aircraft Connection, Inc. (030N1), Aero Components Inc. (59213), Brenner Aerostructures LLC (3S2G5), Composite Shapes LLC (0T7Z1 0, Airframe International Inc. (3ZKC5), Craft Manufacturing and Tooling Inc (0CMM5) 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. Alternate offerors must submit a Source Approval Request (SAR) package along with a completed copy of the solicitation in order to be considered for award. 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. In order to receive an award, regardless of dollar value, contractors must be registered in Central Contactor Registration (CCR). 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 solicitation issue date is on or about 03/01/2012. 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
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A712R1348/listing.html)
- Record
- SN02674444-W 20120215/120214000134-0995842b382ec8db1ce8e15305d34c04 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |