SOLICITATION NOTICE
16 -- NSN 1450-01-478-6526
- Notice Date
- 3/7/2017
- 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
- SPE4A6-17-R-0385
- Archive Date
- 3/31/2018
- Point of Contact
- Kyong Y Kim, Phone: 8042792052
- E-Mail Address
-
kyong.kim@dla.mil
(kyong.kim@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- PR 1000051533 NSN 1450-01-478-6526 Issue Date: March 27, 2017 Close Date: April 26, 2017 PARTS KIT-SEAL REPL This agency proposes to issue solicitation, SPE4A6-17-R-0385, for long-term strategic contract which will include NSN 1450-01-478-6526 PARTS KIT-SEAL REPL. A total of 1 NSN is targeted for this contract effort. It is anticipated that 1 NSN 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 resulting in one award. Evaluation will be all or none. The approved manufacturers are HUPP ASSOCIATES INC DBA HUPP 0JT27 P/N HAD2F129. 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, Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15. NSN 1450-01-478-6526 is the item that has 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. I/A: Destination / Destination FOB: Origin For stock locations within the Continental United States (CONUS). Surge and sustainment is not required. The Guaranteed Minimum of 17 KT is applicable to the base period only. The following quantities are applicable to both the base and option periods: Maximum contract quantity for all 5 years cannot exceed: 530 KT (106 KT annually) Estimated annual demand quantity: 68 KT Minimum delivery order quantity: 17 KT Maximum delivery order quantity: 68 KT The requested delivery is 360 days after receipt of order. 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/SPE4A6-17-R-0385/listing.html)
- Record
- SN04427269-W 20170309/170308000058-04b6336bf73090675dd49f2d5079f358 (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 |