SOLICITATION NOTICE
16 -- Subsumable Contract under UTAS umbrella SPE4AX18D9402 for sole source parts in support of the 54H60 prop system, DLA Direct Supplier Initiated Ordering - Iniital Population
- Notice Date
- 9/26/2018
- 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
- SPE4AX19R0002
- Archive Date
- 11/3/2018
- Point of Contact
- John E Whaley, Phone: (804)279-5213
- E-Mail Address
-
John.Whaley@dla.mil
(John.Whaley@dla.mil)
- Small Business Set-Aside
- N/A
- Description
- Initial Population Defense Logistics Agency (DLA) is issuing a solicitation for a five- year, requirements-type contract for the procurement of items and services that are sole source to United Technologies Aerospace Systems (UTAS) CAGE 73030, in support of the 54H60 propeller system. The solicitation is unrestricted using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The ordering period will include a five (5) year base period and no options. The contract will be a subsumable contract under umbrella SPE4AX18D9402. The action will proceed under FAR part 12. The contract type is primarily Fixed Price This acquisition will include consumable items managed by DLA and may include depot level reparable (DLR) items managed by the Military Services, and may include various services. The items belong to multiple Federal Supply Classes (FSCs) and are ordered by National Stock Number (NSN). Items placed on the contract will support the following (but not limited to) platforms: C-130, P-3, and E-2/C-2. An initial population of approximately 750 NSNs will be solicited. Additional items and services, sole source to UTAS, may be added to the resultant contract throughout the contract duration. DLA currently does not have a competitive data package for any of the NSNs include in the solicitation. Alternate offerors must submit a complete technical data package for each NSN in order to be evaluated as a potential source. Any items found to be competitive after award of the contract or that becomes competitive after award will be removed from the contract. Items in the solicitation population are sole source to UTAS CAGE codes 73030; however this list may be expanded after contract award. DLA-Direct shipments will be Supplier-Initiated and to any DLA depot. Consumable items may be FOB origin or destination with inspection and acceptance at origin or destination, dependent on item's criticality, and DLR items are FOB origin with inspection/acceptance at origin. The NSNs and annual estimated quantities for the initial population are attached to this notice. Any supplies or services furnished under this resulting contract will be ordered by issuance of a delivery order. Surplus dealers and small business dealers 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 show product is acceptable. In addition, respondents should identify quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR ( Michael.massello@sba.gov ). 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. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. Dollars. All interested suppliers may submit an offer. The proposed contract action is for supplies or services for which the Government intends to solicit by Letter and negotiate with only one source under authority of FAR 6.302. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete this proposed contract 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 a competitive procurement. A paper copy of the RFP will not be available to requestors. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The solicitation issue date is estimated to be November 30, 2018. Point of contact is John Whaley, john.whaley@dla.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX19R0002/listing.html)
- Record
- SN05107204-W 20180928/180926231525-77b7feb5ec600c2389f0de530bde216b (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 |