Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 24, 2018 FBO #6026
SOLICITATION NOTICE

28 -- GE T700 - Combined Synopsis Solicitation

Notice Date
5/22/2018
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336412 — Aircraft Engine and Engine 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
SPE4A5A8R0591
 
Point of Contact
Ronald Maldonado, Phone: 8042795467, Kim Banks-Jackson, Phone: (804) 279-5646
 
E-Mail Address
ronald.maldonado@dla.mil, kim.banks-jackson@dla.mil
(ronald.maldonado@dla.mil, kim.banks-jackson@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Combined Synopsis Solicitation This is a Combined Synopsis/Solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes solicitation SPE4A5-18-R-0591. A SF 1449 solicitation will not be issued for PR 1000065554 which contains multiple NSNs. DLA Aviation has a recurring need to acquire a variety of General Electric (GE) consumables in support of DoD customers worldwide supporting the T-700 engine. DLA manages over 190 NIINs coded to the T-700. See attachment for list of NIINs. These items are currently supported through tactical buys against a GE Basic Ordering Agreement (BOA). The BOA is used by DoD, US Army, Navy, Air Force, and Marine Corps, National Guards, Coast Guard, and all of their tenant activities and was established by DLA Aviation in December 2016 and expires in December 2021. DLA Aviation intends to award all requirements for 190 sole source GE items that are received between present day and December 31, 2018. Awards will be made by the issuance of orders against GE BOA SPE4A1-17-G-0008. The proposed contract actions are for supplies for which the Government intends to award to only one source under authority of FAR 13.106-1(b) or 6.302-1. No formal solicitations will be issued for individual orders. Interested persons may identify their interest and capability to respond to the requirements for these items or submit future proposals for these requirements. This notice of intent is not a request for competitive proposals. However, all responses received within seven (7) days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete requirements for these items based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct competitive procurements to satisfy requirements for these items. This synopsis/solicitation will be available for seven (7) days from date of issuance. The approved source is: General Electric, CAGE 99207. Solicitation will be issued on an unrestricted basis utilizing other than full and open competition procedures under 10 U.S.C. 2304(C)(1). This is not a small business set-aside. The purchase request quantity is for various quantities. No quantity option applies. Quantity variance is plus/minus 0%. Delivery: FOB Origin, Inspection and Acceptance depends upon the NSN. The required delivery depends upon the NSN. There are some Critical Safety Items (CSI). Military standard packaging may be required. Subcontracting plan is not required as the applicable $700,000 threshold is not expected to be breached for each NSN. EEO clearance is not required as the $10,000,000 threshold is not expected to be breached. Certified cost or pricing data is not required as this is a commercial item under $7,000,000. Progress payments are not included as the conditions at FAR 32.501-2(C) have not been met. The solicitation issue date is on or about 5/22/18. The closing date is on or about 05/29/2018. Place of delivery: Various DLA Depots For First Destination Transportation (FDT) requirements, see DLAD 52.247-9059. The following clauses apply to this acquisition. FAR 52.212-1 FAR 52.212-2 •- Evaluation criteria: "Technical capability, price and past performance when combined are equal when compared to price." FAR 52.212-3: All offerors must include a completed copy of this clause. FAR 52.212-3 ALT I FAR 52.212-4 FAR 52.212-5. The following FAR clauses cited within FAR 52.212-05 APPLY. 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-41, 52.222-50, 52.223-18, 52.225-13, 52.232-33, 52.222-59, 52.222.60, 52.209-9, 252.203-7003, 52.219-9, 52.219-9 ALT I, 52.219-9 ALT II, 52.219-9 ALT IV, 52.219-16, 52.219-7003, 52.242-5. 252.203-7000, 252.203-7002, 252.203-7005, 252.204-4, 52.204-7, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 252.204-7008, 252.204-7009, 252.204-7011, 252.205-7000, 52.209-2, 52.209-7, 252.209-7010, 252.209-7994, 252.209-7996, 252.209-7997, 52.211-14, 52.211-17, 252.211-7003, 252.211-7005, 252.211-7006, 252.213-7000, 52.213-9001, 52.214-9004, 52.215-5, 52.215-8, 252.222-7007, 52.223-18, 52.225-18, 52.225-25, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7048, 52.232-17, 52.232-39, 52.232-7003, 52.232-7010, 52.232-9006, 52.233-9001, 52.242-13, 252.243-7002, 52.246-2, 52.246-11, 52.246-7000, 252.246-7003, 252.246-7007, 252.246-7008, 52.247-1, 52-247-52, 52.247-9059, 52.249-8. In addition, the following Procurement Notes apply. C01, C02, C03, C04, C14, C18, C20, EO6, H04, L01, L04, L06, L08, L11, M05, M06. The full text of Procurement notes may be found at: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx ( Defense Logistics Agency Directive (DLAD) Procurement Notes ). DAAN-09-06 Critical Safety Items (September 2016) DAAN-15-02 Offer submission method (October 2016) Offers in response to this solicitation may be submitted by the following method(s) as indicated below, in accordance with FAR 15.208, submission, modification, revision, and withdrawal of proposals: __X___ MAIL TO BID ROOM: _X____ DLA AVIATION 8000 JEFFERSON DAVIS HIGHWAY, BUILDING 33, E BAY, ROOM 124 RICHMOND, VA 23297-5100 __X___ HAND-CARRY: ___X__ DLA AVIATION 8000 JEFFERSON DAVIS HIGHWAY, BUILDING 33, E BAY, ROOM 124 RICHMOND, VA 23297-5100 _____ MAIL TO BUYER: _____ ADDRESS LOCATED IN BLOCK 9 OF STANDARD FORM 1449 ATTENTION: ______________ _____ UPLOAD PROPOSALS ON THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT: HTTPS://WWW.DIBBS.BSM.DLA.MIL/DEFAULT.ASPX ; Use if SF 1449 published X_____ FACSIMILE: IN ACCORDANCE WITH FAR 15.203(D) ___X__ AVIATION BID CUSTODIAN: (804) 279-4165 _____ BUYER'S FACSIMILE: ____________________________________ _X____ E-MAIL: __X___ AVIATION BID CUSTODIAN: DSCR.BIDDESK@DLA.MIL ______ BUYER'S E-MAIL ADDRESS: _________________________________ NOTE : E-MAIL PROPOSALS MUST NOT EXCEED 15 MB. PROPOSALS GREATER THAN 15 MB MUST BE SUBMITTED USING MULTIPLE EMAILS. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFQ/ on the same issue date cited above. Choose the RFP you wish to download. Solicitations are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at HTTP://ADOBE.COM. A paper copy of the solicitation will not be available to requestors. If any non-OEM source, including small businesses and surplus dealers, is interested in any of the NSNs, please notify the Contracting Officer prior to the closing date. The response should include a completed surplus certificate, DLAD Procurement Note C04, Government Surplus Material, or adequate traceability documentation to show that the product is acceptable. POC: Responses to this announcement from other than the OEM should identify items of interest and should identify the quantity available and price. A copy of your letter of interest should be forwarded to the POC and the SBA PCR Michael Massello (Michael.massello@sba.gov). Point of contact for this action is the Ron Maldonado, at ronald.maldonado@dla.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A5A8R0591/listing.html)
 
Place of Performance
Address: DLA Aviation, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN04930391-W 20180524/180522230813-4ecdefba5afbbdc8e5595ab993d5fa3f (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.