MODIFICATION
31 -- BEARING, BALL, ANNULAR
- Notice Date
- 10/3/2012
- Notice Type
- Modification/Amendment
- NAICS
- 332991
— Ball and Roller Bearing 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
- SPM4A612R0460
- Archive Date
- 3/29/2012
- Point of Contact
- DeVora J. Seymore, Phone: 8042793561, Pamela Talbott, Phone: 8042793915
- E-Mail Address
-
devora.seymore@dla.mil, pamela.m.talbott@dla.mil
(devora.seymore@dla.mil, pamela.m.talbott@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- NSN: 3110-01-336-3525, Bearing, Ball, Annular, In Accordance with Drawing Number 02731 7-311511103, Amendment F, Dated 03 December 23, Configuration Controlled to The Boeing Company (CAGE CODE 8V613), and Approved Source of Supply: Kaydon (CAGE CODE 32828). Inspection and Acceptance is at Origin and FOB Destination. Requested delivery is 450 Days ARO (First Article & Test Time 180 Days ARO, Government Review 90 Days, and Production Units 180 Days). This NSN is Configuration Controlled, Critical Application, and Higher Level Contract Quality and Assurance, Flight Safety Critical, Critical Safety Item (CSI), Product Verification Testing, and Contractor's First Article Testing. End Item Description: HELICOPTER, APACHE AH-64 and AH-64-D LONGBOW. Item is a Critical Safety Item (CSI) per SAP on September 27, 2012. In addition, reverse auctioning clause 52.215-9023 will be included in the solicitation. Surge and Sustainment will apply. DFARS Clause 252.225.7016 will apply. Procurement is DLA Direct (Stock). Request For Proposal (RFP) will result in a Long Term Contract (LTC) and Contract Type is an Indefinite Quantity Contract (IQC) with One Base Year and Four Options Years (Base plus Option Years are 12 months each). The Guaranteed Minimum Quantity is 6 each, Minimum Stock Delivery Order Quantity is 6 each, Maximum Stock Delivery Order Quantity is 24 each, Estimated Annual Demand Quantity is 24 each, and the Maximum Annual Contract Quantity is 48 each. This RFP will be solicited as Unrestricted with Other Than Full and Open Competition. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the RFP. The anticipated RFP issue date is October 3, 2012. A copy of the RFP will be available via the DIBBS website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. From the DIBBS Homepage, select Request for Proposal (RFP)/Invitation for Bid (IFB)" from the menu under the tab "Solicitation." Then search for and 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.adabecom. A paper copy of this solicitation will not be available to requestors. ***NOTE: The solicitation number will be changed to SPE4A6-12-R-0237***
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A612R0460/listing.html)
- Record
- SN02907946-W 20121005/121003234856-223bde29715505b3c2f84a386afff27d (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 |