Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 13, 2020 SAM #6771
SOLICITATION NOTICE

15 -- BELL HELICOPTER LTC:SPE4AX17D9410 MULTI NIIN ADD-ON: SOL SPE4A220R0029

Notice Date
6/11/2020 11:31:08 AM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23297 USA
 
ZIP Code
23297
 
Solicitation Number
SPE4A220R0029
 
Response Due
6/26/2020 12:00:00 AM
 
Archive Date
07/11/2020
 
Point of Contact
AUDRA C. BARTLETT, Phone: 8042794039
 
E-Mail Address
audra.bartlett@dla.mil
(audra.bartlett@dla.mil)
 
Description
DLA Aviation, Richmond proposes to issue a Letter Request for Proposal (RFP) to add 53�national stock numbers (NSNs) on the Bell Helicopter�(97499) H1�corporate contract, SPE4AX171D9410, a long-term sole source contract which includes multiple NSNs to support various weapon systems. These items are being added to the Boeing (97499) corporate contract, SPE4AX17D9410, in accordance with the initially approved J&A; however, the NSNs identified herein were not included in the list of original items synopsized for this effort. The pricing for the national stock numbers will be for option 2 and 3 of the contract. The contract requires a supply of parts with agreed to terms of FOB origin and inspection/acceptance at origin to DLA Direct stock locations. A total of 53�NSNs are targeted for this contract effort. It is anticipated that the total 53�NSNs will be priced for the award. The proposed action is intended to be awarded on a sole source basis to Bell Helicopter�, CAGE 97499. 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, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites must provide their equivalent surplus clause, 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 for the contract period as identified. In addition, respondents should identify the quantity available and price. 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 Friday, June 26 �,2020. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (anne.mastrincola@dla.mil). Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified Original Equipment Manufacturer (OEM). This is proposed to be a FAR Part 15 effort. The attached 53�NSNs have been identified for the current procurement. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The anticapted letter RFP issue date is July 10, 2020. The anticipated closing date is Wednesday, July 25, 2020.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/71f7440a7822400d870d45946fb767c6/view)
 
Place of Performance
Address: VA 23297, USA
Zip Code: 23297
Country: USA
 
Record
SN05687468-F 20200613/200611230159 (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.