Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 26, 2018 FBO #5998
SOLICITATION NOTICE

16 -- RFP: SPE4A518R0594. Multiple NSNs for OEM Parker-Hannifin Corporation (PHC) (59211), Strategic 2.0 Captains of Industry (COI) Long-Term Contract (LTC) Initiative. - FBO H60 2.0 Population

Notice Date
4/24/2018
 
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
SPE4A518R0594
 
Archive Date
5/23/2018
 
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
Source Approval Requests (SAR) FBO H60 2.0 Population Defense Logistics Agency (DLA) Aviation, Richmond proposes to issue a Letter Request for Proposal (RFP) to support DLA's Strategic 2.0 Captains of Industry (COI) LTC Initiative. This strategic effort includes multiple NSNs to support various sole sourced weapon systems / operational platforms. A total of 121 NSNs for the H-60 platform / weapon system are targeted for this RFP and contract action. OEM Parker-Hannifin Corporation (PHC) (59211) has been identified as the approved source of supply for the listed items; therefore, the proposed action is intended to be awarded on a sole source basis to the OEM. It is anticipated that 121 items will be awarded and priced with lead-times as add-ons to PHC's existing LTCs: SPE4AX-14-D-9413 (Next-Generation / Non-Commercial) and SPE4AX-17-D-9412 (Commercial). It is the Government's intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if a non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. These items have been identified as sole source; however, some items may have history showing awards to other than the OEM. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLA Procurement Note 04, Government Surplus Property Material or adequate traceability documentation to show that the product is acceptable. (Note: DLA Procurement Note M05 Evaluation Factor for Unused Former Government Surplus Property will apply and other Aviation sites will provide their equivalent surplus documentation, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items in accordance with the aforementioned acquisition strategy. In addition, respondents should identify the available quantities, prices, and lead-times. 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. Responses to this announcement from other than the OEM are required by Tuesday, May 08, 2018. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (michael.a.massello@sba.gov). If your company desires to be reviewed and qualified as an "Approved Source" for any of the items listed, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached SAR document. A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Aviation is procuring. (Note: All SAR's will need to be submitted on a Compact Disc (CD). DLA Aviation, Richmond does not accept SAR's via email. An information page from our website and Industry Day SAR slides are also attached. Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts). Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified Original Equipment Manufacturer (OEM). FAR Parts 12 / 15 procedures may apply. The attached 121 NSNs have been identified for the current procurement. If other NSNs are subsequently added, as defined by this strategic initiative and contract terms, they will be synopsized separately. The anticipated closing date is Thursday, May 24, 2018. Contracting Office Address: 8000 Jefferson Davis Highway Richmond, Virginia 23297-5000 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A518R0594/listing.html)
 
Record
SN04899246-W 20180426/180424230526-22b0e8b4559e802bf446614a2240becf (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.