Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 07, 2020 SAM #6644
SOLICITATION NOTICE

53 -- Requirement is for supplies and full supply chain management and logistics support for multiple federal stock classes supporting multiple weapon systems platforms

Notice Date
2/5/2020 11:58:46 AM
 
Notice Type
Presolicitation
 
NAICS
332722 — Bolt, Nut, Screw, Rivet, and Washer Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A2-18-R-0017Amendment
 
Response Due
2/20/2020 8:59:00 PM
 
Archive Date
02/21/2020
 
Point of Contact
Alesia Hayes, Phone: (804)279-5593
 
E-Mail Address
alesia.hayes@dla.mil
(alesia.hayes@dla.mil)
 
Description
This notice is an amendment to Pre-Solicitation Notice SPE4A2-18-R-0017.� DLA Aviation intends to add an additional 27 NSNs to the Phase 1 Population of Solicitation SPE4A2-18-R-0017 which was previously synopsized.� The solicitation will provide customer direct support for various Federal Supply Classes (FSCs).� The approved licensee for all parts is Boeing Distribution Services Inc. (BDSI), formerly M&M Aerospace/KLX Aerospace, Cage 2N935.� The proposed contract will have requirements for both supplies and performance based supply chain management and logistics support which may include, but is not limited to, forecasting, demand planning, acquisition, storage, inventory management, packaging, and shipping.� �� The proposed Requirements Contract will consist of a five-year base period and a five year option period with prospective price redetermination.� The acquisition will use a combination of FAR Part 12 and 15 procedures.� Phase 1 of the contract is identified as performance based supply chain management of logistics support for potentially 30,000 Honeywell proprietary parts licensed exclusively to BDSI (KLX) with exclusive manufacturing rights, where BDSI is the exclusive authorized distributor.� A candidate phase 1 population of 834 NSNs has been identified.� This phase is twofold:� 1) providing the supplies identified, and 2) providing full supply chain management and logistics support for the supplies in accordance with the required metrics.� In order to be eligible for award, offerors must be able to provide both the supplies portion of this requirement and the supply chain management portion of this requirement. Future phases of contractor support may include repair and remanufacturing of reparables, acquisition of other sole source OEM parts which are licensed exclusively to or authorized for distribution by BDSI only, and integration support.� When a future phase is considered for implementation into the contract, the requirement will be synopsized and NSNs will be identified.� A separate subsumable priced contract will be issued for each phase.� If any Non- OEM source is interested in the NSNs identified, please notify the Contract Specialist prior to the synopsis closing date.� Surplus dealers are also invited to respond to this synopsis and any responses should comply with Procurement Note C04, Unused Former Government Surplus Property and include adequate traceability documentation to show the product is the same as required.� Responses to this amendment announcement should identify items of interest and include evidence of ability to manufacture, or legitimately obtain, the items along with the quantity available and price.� The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/afb087135f5942ec84ae785c214497f4/view)
 
Record
SN05552864-F 20200207/200205230145 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.