SOLICITATION NOTICE
16 -- Aviation Aircraft Braking Parts (Numerous) on Multiple Weapon System Platforms (See Attachment for Specific NSNs) - Package #1
- Notice Date
- 2/17/2012
- 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
- SPM4AX12R0004
- Archive Date
- 4/14/2012
- Point of Contact
- Joni C. Williams, Phone: 8042794682, John E Whaley, Phone: (804)279-5213
- E-Mail Address
-
joni.williams@dla.mil, John.Whaley@dla.mil
(joni.williams@dla.mil, John.Whaley@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Synopsis attachment which lists FSC, NSN and description for MABS Follow-on acquisition. Defense Logistics Agency (DLA) Aviation-Richmond plans to issue a Request for Proposal (RFP)/Solicitation for an Umbrella Corporate Contract in accordance with FAR Part 12. The Umbrella contract will be a 5-year Requirements-Type Contract (RTC) to DLA Direct sites issued unrestricted for other than full and open competition. This RTC will be the primary contractual vehicle to procure multiple sole-source, part-numbered, National Stock Numbers (NSNs) belonging to three Meggitt Aircraft Braking Systems (MABS) companies, CAGE Codes 0B9R9, 21849 and K1037, as the authorized source of supply. Free-on-Board and inspection/acceptance can be either at destination and/or origin with delivery being a production lead-time away. Any supplies to be furnished under the resulting contract will be ordered by issuance of a delivery order. The total potential population is approximately 1,100 NSNs, which may increase or decrease due to (including, but not limited to) changes in the competitive status of any of the currently identified NSNs, new sole source NSNs being identified, etc. These NSNs are managed by DLA Aviation, Primary Level Field Activities including Depot-Level Reparable locations, which are in Federal Stock Classes (FSCs) ranging from 1005 to 7690. There are 164 NSNs for the initial population. See Attachment for list of FSC, NSN and description of each item. Any item sole source to MABS (current CAGES 0B9R9, 21849 and K0137) is covered by a Class Justification and Approval document. One or more of the items under this acquisition maybe subject to the World Trade Organization Government Procurement Agreement and Free Trade Agreements. All offers shall be in the English language and in U.S. dollars. The Government will add items to the resultant contract during the contract term via modification. NSNs will be placed on the contract non-competitively, if no other source of supply responds to this announcement. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302-1, only one responsible source and no other supplies or services will satisfy agency requirements. DLA Aviation-Richmond will consider any responsible source that submits a capability statement and proposal in response to this synopsis. Surplus dealers and small business dealers and distributors having existing stocks of surplus or newly manufactured material 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. In addition, respondents should identify quantity available and price. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the government. This notice of intent is not a request for competitive proposals. However, all proposals received with 45 days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered sole for the purpose of determining whether to conduct a competitive procurement (previously numbered note 22). DLA Aviation does not have, and will not include, any items that have a competitive data package. Alternate offers must submit a complete source approval request for each NSN for approval in order to be considered for award. The solicitation issue date is on or about ­­­­­­­­4 March 2012. A copy of the RFP will be available via the DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil/RFP on the same issue date cited in the RFP. Choose the RFP you wish to download. RFPs are in the 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 the RFP will not be available to requestors. Effective June 1, 1998, in order to receive an award, regardless of dollar value, Central Contractor Registration (CCR) is required. Annual updates to your registration will be required. For registration procedures and information, please call 1-888-227-2423 or visit the World Wide Web at https://www.bpn.gov/ccr/. The point of contact for this contracting requirement is Joni Williams, DLA Aviation-AUC, 804 279 4682.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4AX12R0004/listing.html)
- Record
- SN02678727-W 20120219/120217235211-3d05292fc9677cd1e7fe4a52f6b4a240 (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 |