SOLICITATION NOTICE
14 -- 5365-00-762-3135, 1440-00-469-9064 etc.
- Notice Date
- 6/12/2013
- Notice Type
- Presolicitation
- NAICS
- 336415
— Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts 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
- SPE4A6-13-R-1032
- Archive Date
- 10/8/2013
- Point of Contact
- Julie A. Tillery, Phone: 8042793537, ERNEST MASSENBERG, Phone: 804-279-3853
- E-Mail Address
-
julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL
(julie.tillery@dla.mil, ERNEST.MASSENBERG@DLA.MIL)
- Small Business Set-Aside
- N/A
- Description
- Solicitation number, SPE4A6-13-R-1032, SC1000010464, NSNs 5365-00-762-3135 Bushing, 1440-00-469-9064 Arm Assembly, 1440-01-323-0758 Stop, Missile, 1440-01-414-6693 Detent Assembly and 1440-01-500-1270 Detent Assembly. Unit of issue is each for all five NSNs. Solicitation is an unrestricted procurement using the procedures of other than full and open competition. The approved manufacturers and part numbers for each NSN are as follows: 5365-00-762-3135 Marvin Engineering Co. Inc. CAGE 32067 part number 58A164B19 and Raytheon Technical Services CAGE 072E5 part number 58A164B19 1440-00-469-9064 Marvin Engineering Co. Inc. CAGE 32067 part number 58A164D588 and Raytheon Technical Services CAGE 072E5 part number 58A164D588 1440-01-323-0758 Marvin Engineering Co. Inc. CAGE 32067 part number 7002539-1 and Raytheon Technical Services CAGE 82577 part number 7002539-1 and Boeing Company CAGE 76301 part number 7002539-1 1440-01-414-6693 Marvin Engineering Co. Inc. CAGE 32067 part number 58A164D969 and Raytheon CAGE 072E5 part number 58A164D969 1440-01-500-1270 Marvin Engineering Co. Inc. CAGE 32067 part number 497HN0210-1 and Raytheon Technical Services CAGE 072E5 part number 497HN0210 and Boeing Company CAGE 76301 part number 497HN0210-1 Government First Article Test (FAT) applies to each of the NSNs. All NSNs except for 5365-00-762-3135 have a Production Lot Testing requirement (PLT). Non-Commercial applies to all 5 NSNs. NSNs 5365-00-762-3135 and 1440-01-323-0758 are not CSI. NSNs 1440-00-469-9064, 1440-01-414-6693 and 1440-01-500-1270 are CSI. NSN 5365-00-762-3135 is Flight Critical. The solicitation will result in a multi-NSN Indefinite Quantity Contract (IQC) for a base year plus 4 option years. The requested delivery is 117 days if FAT is waived and 457 days if FAT is required (117 days production, 180 days submit FAT, 160 days review FAT) for NSN 5365-00-762-3135. The requested delivery is 314 days if FAT is waived and PLT is required (224 days production and 90 days PLT) or 524 days if FAT and PLT is required (224 production delivery, 90 days to submit FAT, 120 days Government review and 90 days PLT) for NSN 1440-00-469-9064. The requested delivery is 190 days if FAT is waived and PLT is required (100 production and 90 days PLT) or 400 days if FAT/PLT is required (100 days production, 90 days submit FAT, 120 days review FAT, 90 days PLT) for NSN 1440-01-323-0758. The requested delivery is 570 days if FAT is waived and PLT is required (451 days production, 120 days PLT), or 871 days if FAT/PLT is required (451 days production, 180 days submit FAT, 120 days review FAT, 120 days PLT) for NSN 1440-01-414-6693. The requested delivery is 810 days if FAT is waived and PLT required (720 days production and 90 days PLT) or 1,020 days if FAT/PLT is required (720 days production, 90 days submit FAT, 120 days review FAT, 90 days PLT) for NSN 1440-01-500-1270. Surge only applies to NSN 1440-01-323-0758 and the AMWR is 1. The highest priority weapon system for NSN 5365-00-762-3135 is ZN9 and the end item is Aircraft FA-18 (growler). The highest priority weapon system for NSN 1440-00-469-9064 is Z9N and the end item is Aircraft FA-18 (growler). The highest priority weapon system for NSN 1440-01-323-0758 is ADF and the end item is Missile Advanced Medium Range Air to Air. The highest priority weapon system for NSN 1440-01-414-6693 is Z9N and the end item is Aircraft FA-18 (growler). The highest priority weapon system for NSN 1440-01-500-1270 is VUN and the end item is Aircraft Hornet F/A-18. Shipment will be to any DLA stock location in the continental United States. Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies. The guaranteed minimum quantity is 25 each for NSN 5365-00-762-3135, 12 each for NSN 1440-00-469-9064, 6 each for NSN 1440-01-323-0758, 5 each for NSN 1440-01-414-6693 and 8 each for NSN 1440-01-500-1270. The estimated annual quantity is 50 each for NSN 5365-00-762-3135, 30 each for NSN 1440-00-469-9064, 12 each for NSN 1440-01-323-0758, 10 each for NSN 1440-01-414-6693 and 15 each for NSN 1440-01-500-1270. The maximum quantity for all 5 years is 500 each for NSN 5365-00-762-3135, 300 each for NSN 1440-00-469-9064, 100 each for NSN 1440-01-323-0758, 100 each for NSN 1440-01-414-6693 and 115 each for NSN 1440-01-500-1270. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. FOB is Destination with Inspection and Acceptance at origin/origin applies to all 5 NSNs. Solicitation will issue on June 28, 2013 with a closing date of July 29, 2013. Reverse auction clause 52.215-9023 applies. Since a Reverse Auction may be conducted, offerors are encouraged to access website dla.procurexinc.com to see how to participate in an auction. 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, Government Surplus Material, or adequate traceabilit y 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. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. Evaluation will be per NSN therefore may result in multiple awards. RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A6-13-R-1032/listing.html)
- Record
- SN03087751-W 20130614/130613000230-27858a38a3f9fecdc427f8255ea7dae8 (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 |