SOLICITATION NOTICE
28 -- 2835-00-094-8748, 5365-00-094-8841
- Notice Date
- 3/4/2016
- Notice Type
- Presolicitation
- NAICS
- 333611
— Turbine and Turbine Generator Set Units 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
- SPE4A6-16-R-0398
- Archive Date
- 9/16/2016
- 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
- This agency proposes to issue solicitation, SPE4A6-16-R-0398, for long-term strategic contract which will include NSNs 2835-00-094-8748 Seal Assembly, 5365-00-094-8841 Plug, Machine Thread and 2835-00-512-3638 Mounting Plate. A total of 3 NSNs are targeted for this contract effort. It is anticipated that 3 NSNs will be priced for the initial contract award. The proposed action is intended to be awarded non competitively on an other than full & open competition/ unrestricted basis with a possibility of resulting in multiple awards. Evaluation will be per NSN. The approved manufacturer for NSNs 2835-00-094-8748 and 2835-00-512-3638 is Ontic Engineering CAGE 45934, Safran Power CAGE K4358 and Ontic Limited CAGE U0J60. The approved manufacturers for NSN 5365-00-094-8841 is Ontic Engineering CAGE 45934 and Safran Power CAGE K4358. The proposed contract will be for a total 5 year period of performance (Base and 4 Option Years). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer. This is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, multi-NSN Indefinite Quantity Contract in accordance with Federal Acquisition Regulations (FAR) part 15. NSNs 2835-00-094-8748, 5365-00-094-8841 and 2835-00-512-3638 are the items that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The Government may award multiple contracts for this action. All NSNs are FOB origin with inspection and acceptance at destination/ destination for stock locations within the Continental United States (CONUS). Surge and sustainment is not required for any of the NSNs. The Estimated Annual Demand (EAD) for the base year and for the option years thereafter is 58 each for NSN 2835-00-094-8748, 20 each for NSN 2835-00-512-3638 and 23 each for NSN 5365-00-094-8841. The guaranteed minimum quantity for the base year only is 15 each for NSN 2835-00-094-8748, 5 each for NSN 2835-00-512-3638 and 6 each for NSN 5365-00-094-8841. The minimum delivery order quantity for the base year and option years is 15 each for NSN 2835-00-094-8748, 5 each for NSN 2835-00-512-3638 and 6 each for NSN 5365-00-094-8841. The maximum delivery order quantity for the base year and option years is 13 each for NSN 4920-01-472-6166 and 7 each for NSN 4920-01-553-3059. The maximum annual contract for the base year and option years quantity is 89 each for NSN 2835-00-094-8748, 34each for NSN 2835-00-512-3638 and 36 each for NSN 5365-00-094-8841. The requested delivery is 154 days after receipt of order (ARO) for NSN 2835-00-094-8748, 266 days for NSN 2835-00-0512-3638 and 181 days each for NSN 5365-00-094-8841. There is a contractor First Article Test (FAT) requirement for NSN 2835-00-094-8748. The solicitation will be posted on or around March 21, 2016 with a closing date of April 21, 2016. Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies. Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation. A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. 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/SPE4A6-16-R-0398/listing.html)
- Record
- SN04040600-W 20160306/160304235308-b1aea08545ba9b4de1c43703e845b117 (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 |