SOLICITATION NOTICE
16 -- Bell Helicopter Textron Inc. (97499) Add-On Effort, Long Term Contract (SPE4AX15D9417) – Solicitation (SPE4A515R0777). - 15R0777 RFP NIINS
- Notice Date
- 7/22/2015
- 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
- SPE4A515R0777
- Archive Date
- 9/5/2015
- Point of Contact
- Orlando V. Holloway, Phone: 8042796740
- E-Mail Address
-
orlando.holloway@dla.mil
(orlando.holloway@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- (FBO) 15R0777 RFP NIINS This agency proposes to issue a Letter Request for Proposal (RFP) to add 36 NSNs on the Bell Helicopter Textron Inc. (97499) corporate contract, SPE4AX15D9417, a long-term sole source contract which includes multiple NSNs and FSCs to support various weapon systems. These items are being added to the Bell Helicopter corporate contract, SPE4AX15D9417, in accordance with the originally approved J&A; however, the NSNs identified herein were not included in the list of original items synopsized for this effort. The pricing for the national stock numbers will be for Years 4 and 5 of the contract. The contract expiration date is 22 February 2017. The contract requires a supply of parts with agreed to terms of FOB origin and inspection/acceptance at origin to DLA Direct stock locations. A total of 36 NSNs are targeted for this contract effort. It is anticipated that the total 36 NSNs will be priced for the award. The proposed action is intended to be awarded on a sole source basis to Bell Helicopter Textron Inc., CAGE 97499. Surplus dealers and small business vendors 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 traceability documentation to verify the product as acceptable. In addition, respondents should identify the quantity available, pricing proposed, and lead-time for each NSN. 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. Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified Original Equipment Manufacturer (OEM). This is proposed to be a FAR Part 15 effort. The attached 36 NSNs have been identified for the current procurement. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. These items have been identified as sole source; however, some items may have history showing awards to other than the OEM. Responses to this announcement from other than the OEM are required by July 27, 2015 and should identify items of interest and include evidence of ability to supply the items for the contract period as identified. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (anne.mastrincola@dla.mil). DLA Aviation 8000 Jefferson Davis Hwy Richmond, VA. 23297-5100
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A515R0777/listing.html)
- Record
- SN03806640-W 20150724/150723000014-162e92ae4836c54f8b3685943332cae6 (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 |