Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 28, 2012 FBO #3991
SOLICITATION NOTICE

30 -- CONNECTING LINK, RIGID – 05F/AIRCRAFT, STRATOLIFTER C/KC-135

Notice Date
10/26/2012
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Land and Maritime - BSM, P O Box 3990, Columbus, Ohio, 43216-5000, United States
 
ZIP Code
43216-5000
 
Solicitation Number
SPM7MB13R0002
 
Archive Date
12/28/2012
 
Point of Contact
Elizabeth Hochstetler, Phone: 614-692-4217
 
E-Mail Address
Elizabeth.Hochstetler@dla.mil
(Elizabeth.Hochstetler@dla.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NSN(s): 3040-01-571-1019 Item Description: CONNECTING LINK, RIGID Manufacturer's Code and Part Number: ~ CAMNETICS MANUFACTURING CORPORATION (0P657), P/N 65C18551-521 ~ THE BOEING COMPANY (17765), P/N 65C18551-521 ~ BETA ENGINEERING, INC., (33436), P/N 65C18551-521 ~ THE BOEING COMPANY (81205), P/N 65C18551-521 Quantity (including option quantity): 408 with 50% option (quantity of 204). Total quantity w/option = 612 Unit of Issue: EA Destination Information: FOB Destination, Inspection and Acceptance at Origin to Tinker, AFB, OK. Delivery Schedule: 300 days All responsible sources may submit an offer/quote which shall be considered. This item is designated as an Air Force Critical Safety Item (CSI). Specifications, Plans or Drawings are not available. This acquisition is for supplies for which the Government does not prossess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). Restricted Rights Data Restrictions Apply. The proposed contract is 100% set aside for small business concerns. The Small Business Size Standard is 1,000 empoyees. While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. The solicitation document contains information that has been designated as "Militarily Critical Technical Data." Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. The proposed contract is restricted to domestic sources under the authority of FAR 6.302-3. Accordingly, foreign sources, except Canadian sources, are not eligible 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 or services. 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. The Contracting Officer may utilize on-line Reverse Auctioning as a means of conducting price discussions under this solicitation. During the course of the on-line auction, offerors' proposed prices will be publicly disclosed to other offerors and anyone else having access to the on-line auction. This public disclosure is anonymous, meaning that each offeror's identity will be concealed from other offerors (although it will be known to the Government), and only generic identifiers will be used publicly for each offeror's proposed pricing (e.g., "Offeror A"). By submitting a proposal in response to the solicitation, offerors agree to participate in the Reverse Auction and that their prices may be publicly disclosed, including to other offerors, during the Reverse Auction. An offeror's final auction price will be considered its final proposal revision. No price revisions will be accepted after the close of the Reverse Auction, unless the Contracting Officer decides that further discussions are needed and final proposal revisions are again requested in accordance with FAR 15.307. The RFP will be available on DIBBS on its issue date of 11/13/12.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCC-BSM/SPM7MB13R0002/listing.html)
 
Place of Performance
Address: DLA LAND AND MARITIME, DEFENSE SUPPLY CENTER COLUMBUS, 3990 E. BROAD STREET, COLUMBUS, Ohio, 43213, United States
Zip Code: 43213
 
Record
SN02920001-W 20121028/121026233812-df113a10a4ad3f5a1169bb66b63bbd2d (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 |
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.