MODIFICATION
29 -- COOLER, LUBRICATING
- Notice Date
- 8/10/2020 10:50:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23297 USA
- ZIP Code
- 23297
- Solicitation Number
- 2935010370494
- Response Due
- 8/30/2020 12:00:00 AM
- Archive Date
- 09/14/2020
- Point of Contact
- Sharon Hall, Phone: 8042793326, Fax: 8042794928
- E-Mail Address
-
Sharon.Hall@dla.mil
(Sharon.Hall@dla.mil)
- Description
- COMBINED SYNOPSIS/SOLICITATION replaces� Synopsis for SPE4A520R0389 2935-01-037-0494, PART NUMBER: 160064-1-1, COOLER, LUBRICATING THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR THE COMMERCIAL ITEM PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. �THIS ANNOUNCEMENT CONSTITUTES SOLICITATION SPE4A5-20-R-0389 A PROPOSAL IS BEING REQUESTED AS THE SF 1449 SOLICITATION WILL NOT BE ISSUED FOR PR 1000096621, NSN 2935-01-037-0494, COOLER, LUBRICATING.� THIS SYNOPSIS/SOLICITATION IS FOR AWARD OF A FIRM FIXED PRICED, INDEFINITE QUANTITY CONTRACT UNDER FAR PART 12 FOR COMMERCIAL ACQUISITIONS.� THE APPROVED SOURCE IS: HONEYWELL INTERNATIONAL, INC. �CAGE 70210, P/N 160064-1-1 THE COMBINED SYNOPSIS/ SOLICITATION �WILL BE SOLICITED FOR AWARD OF AN INDEFINITE QUANTITY CONTRACT (IQC) FOR ONE BASE YEAR PLUS 4 OPTION YEARS.� ESTIMATED ANNUAL DEMAND (EAD) IS 21. 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.� NAICS CODE IS 336412 AND THE SMALL BUSINESS SIZE IS: 1500 EMPLOYEES.� NO QUANTITY OPTION APPLIES. QUANTITY VARIANCE IS PLUS/MINUS 0%. DELIVERY: FOB ORIGIN, INSPECTION AND ACCEPTANCE AT ORIGIN. THE REQUIRED DELIVERY IS 326 DARO. THIS IS NOT A CRITICAL SAFETY ITEM (CSI) AND A FIRST ARTICLE TEST (FAT) IS NOT REQUIRED.� DPAS RATING FOR THIS ITEM IS DOC9. MILITARY STANDARD PACKAGING IS REQUIRED. IF AN OFFER SUBMITTED TO THE SOLICITATION IS OVER $700,000.00 A SUBCONTRACTING PLAN WILL BE REQUIRED WITH THE OFFER.� IF AN OFFER SUBMITTED TO THE SOLICITATION IS OVER $2,000,000.00, CERTIFIED COST AND PRICING DATA IS REQUIRED. IN ORDER TO RECEIVE AN AWARD, REGARDLESS OF DOLLAR VALUE, YOU MUST BE REGISTERED IN SYSTEM FOR AWARD MANAGEMENT (SAM).� SAM REGISTRATION IS AT HTTPS://WWW.SAM.GOV.� ALTERNATE OFFERORS MUST SUBMIT A SOURCE APPROVAL REQUEST (SAR) PACKAGE ALONG WITH A COMPLETED COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD.� IF TIME DOES NOT PERMIT EVALUATION OF SAR PACKAGES, THE ALTERNATE OFFER WILL NOT BE REVIEWED FOR THIS PROCUREMENT BUT, IF APPROVED, WILL BE CONSIDERED FOR FUTURE PROCUREMENTS.� THE FINAL CONTRACT AWARD DECISION MAY BE BASED UPON A COMBINATION OF PRICE, PAST PERFORMANCE AND OTHER EVALUATION FACTORS AS DESCRIBED IN THE SOLICITATION UTILIZING THE�SUPPLIER PERFORMANCE RISK SYSTEM (SPRS) IS THE CURRENT TERM FOR PAST PERFORMANCE THAT IS FORMERLY KNOW AS PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM � STATISCTIACL REPORTING (PPIRS-SR PAST PERFORMANCE INFORMATION RETRIEVAL SYSTEM (PPIRS). THE POINT OF CONTACT FOR THIS PROCUREMENT IS SHARON HALL, PHONE 804-279-3266, FAX 804-279-4928 or e-mail Sharon.hall@dla.mil. THE SOLICITATION ISSUE DATE IS ON OR ABOUT 8/10/20. THE CLOSING DATE IS ON OR ABOUT 9/10/20. PARCEL POST ADDRESS: FOR TRANSPORTATION SEE DLAD PROC NOTE C19. FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT FREIGHT SHIPPING ADDRESS: FOR FIRST DESTINATION TRANSPORTATION (FDT) REQUIREMENTS, SEE DLAD 52.247-9059. THE FOLLOWING CLAUSES APPLY TO THIS ACQUISITION: FAR 52.212-1 FAR 52.212-3:� ALL OFFERORS MUST INCLUDE A COMPLETED COPY OF THIS CLAUSE.� FAR 52.212-3 ALT I FAR 52.212-4 FAR 52.212-5.� IN ADDITION TO CLAUSES CITED WITHIN FAR 52.212-05, THE FOLLOWING 52.212-5 OPTIONAL CLAUSES APPLY. 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-28, 52.222-3, 52.222-19, 52.223-18, 52.225-13, 52.232-33. 52.203-3,252.203-7000, 252.203-7003, 252.203-7005, 252.204-4, 52.204-7, 52.204-13, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.204-20, 52.204-24, 52.204-25, 52.204-26, 252.204-7003, �252.204-7008, 252.204-7009, 252.205-7000, �52.209-2, 52.209-7, 52.209-11, 52.211-14, 52.211-17, 252.211-7005, 52.212-2,� 252.213-7000, 52.215-5, 52.215-8, �52.216-19, 52.216-22, 52.216-27, �52.225-18, 52.225-25, 252.225-7001,� 252.225-7002, 252.225-7012, 252.225-7013, 252.225-7027, 252.225-7035, 252.225-7048, 252.225-7972, 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, 52.246-5, 52.246-11, 52.246-15, 252.246-7000, 52.247-1, 52-247-52, 52.249-8.�� IN ADDITION, THE FOLLOWING PROCUREMENT NOTES APPLY. C01, C02, C03, C04, C12, C14, C15, C18, C20, E05, E06, L01, L04, L06, L08, L11, L24, �L31, 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).� ���� The following DLA Aviation Notices are incorporated by reference.� The full-text of the notices can be found at:� http://www.dla.mil/Aviation/Business/IndustryResources/DLAResourcesforSuppliers/DAANs.aspx DAAN-15 Evaluation and Award for Acquisitions Above the Simplified Acquisition Threshold (March 2018) (a)� AWARD.� The Government intends to evaluate proposals and, if necessary, conduct discussions with all responsible offerors within the competitive range.� The award will be made to the offeror whose proposal conforms to the terms and conditions of the solicitation and represents the best value to the Government.� Therefore, award may be made to other than the lowest priced or the highest technically rated offer. �(b)� RELATIVE IMPORTANCE AND TRADE-OFFS.� The Government will base the determination of best value on a comparative assessment of the offerors' prices, past performance, and the other evaluation factors identified elsewhere in this solicitation.� The determination of best value also considers the relative importance of the evaluation factors.� All evaluation factors, when combined, are: ������������� [ ]� significantly more important than cost or price.� As other evaluation ������������������ factors become more equal, the evaluated cost or price becomes more ������������������ important. ������������� [X ]� approximately equal to cost or price; or ������������� [ ]� significantly less important than cost or price.� As the evaluated cost/price ������� becomes more equal, relative importance of all other evaluation factors ������� becomes more significant. The final award decision may involve a trade-off among cost or price and the non-price factors.� Factors that may be considered in the trade-off process include, but are not limited to: ����������� Item criticality and weapons system application ����������� Current inventory status ����������� Historical delivery or quality problems ����������� Concerns over limited supply sources and industrial base ����������� Benefits from obtaining new sources �(c)� COST OR PRICE.� The Government will evaluate the offered cost or price.� The Government will add any other cost or price evaluation factors identified elsewhere in this solicitation (e.g., Buy American Act or FOB Origin transportation costs) to arrive at the offeror's evaluated cost or price.� The evaluated cost or price will be used in conjunction with the other non-price factors to determine the best value to the Government. (d)� PAST PERFORMANCE.� Past performance includes, but is not limited to, the offeror's record of conforming to contract requirements and standards of good workmanship; adherence to contract schedules, including the administrative aspects of performance; the offeror's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the offeror's business-like concern for the customer's interest. ��� (i)� The Supplier Performance Risk System (SPRS) is the current term for past performance that is formerly known as Past Performance Information Retrieval System � Statistical Reporting (PPIRS-SR), as applicable, will be used to evaluate quality and past performance on DLA awards (refer to Procurement Note L08). ��� (ii)� In addition, offerors may submit with their offer information on past and current Federal (non-DLA Aviation), State and local government and private sector contracts performed by the offeror at the proposed performance location within the last three years that are similar in nature to this acquisition.� Offerors electing to submit this data must furnish at least the following information: name and address of the contracting entity; the contract number; award and completion dates; the dollar value; the contract type; the items or services provided; two references, with title and phone number; and any problems encountered and the corrective action taken by the offeror. ��� (iii)� By submitting past performance information, the offeror agrees to permit the Government's representatives to contact the listed references and inquire of the offeror's performance.� If more than three contracts are identified, the Government reserves the right to randomly select and limit its review to three contracts.� In addition to the information provided, the Government may consider information obtained from other sources when evaluating the offeror's past performance.� Offerors will be given the opportunity to discuss negative past performance information obtained from references if the offeror has not had a previous opportunity to comment on that information. �(iv)� Offerors with no past performance history (whether internal or external to the Federal government) will not be evaluated favorably nor unfavorably. (e)� PAST PERFORMANCE EVALUATION FACTORS.� The Government will use the past performance evaluation factors marked below in addition to cost or price and other evaluation factors specified in the solicitation.� Unless indicated otherwise, past performance is significantly more important than other non-price factors.� Within the past performance subfactors, SPRS assessments (as applicable) will be weighed most heavily.� Historical quality history and delivery schedule compliance (not captured in SPRS) will be weighed more heavily than the remaining past performance subfactors.� All other non-price evaluation factors specified in this solicitation weigh equally, unless otherwise indicated. ������� [X ]� SPRS Assessments (i.e., quality and delivery) ������� [ ]� PPIRS-RC (Past Performance Information Retrieval System - Report Card) ������� [ ]� Historical Quality (not captured in SPRS) ������� [ ]� Historical Delivery Schedule Compliance �������������� (not captured in SPRS) ������� [ ]� Other (specify): (End of Notice) 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: _____ Mail to Bid Room: _____ DLA Aviation ����������������������� 8000 Jefferson Davis Highway, ����������������������� Building 33, E Bay, Room 124 ����������������������� Richmond, VA 23297-5100 _____ Hand-carry: _____ DLA Aviation ����������������������� 8000 Jefferson Davis Highway, ����������������������� Building 33, E Bay, Room 124 ����������������������� Richmond, VA 23297-5100 _____ Mail to Buyer: � �____ Address located in Block 8 of Standard Form 33 ��������� Attention: ____ (Insert Buyer Name) _____ �____ Address located in Block 9 of Standard Form 1449 �������� Attention: ____ (Insert Buyer Name) _____ ____ Upload Proposals on the DLA Internet Bid Board��� System (DIBBS) at: https://www.dibbs.bsm.dla.mil/default.aspx ____ Facsimile: In accordance with FAR 15.203(d) ������� ____ Aviation Bid Custodian: (804) 279-4165 ����������� ������� ____ Buyer�s Facsimile: _____________________ __X_ E-mail: **CURRENTLY TELEWORKING, PLEASE SEND TO EMAIL BELOW** ����������� ���� ____Aviation Bid Custodian: DSCR.Biddesk@dla.mil ���� ____Directly to buyer�s e-mail address located in Block 10C of Standard Form 33 ����������� ___X__ Buyer�s e-mail address: ___Sharon.hall@dla.mil _________________________________________ Note: E-mail proposals must not exceed 15 MB. Proposals greater than 15 MB must be submitted using multiple emails. _____ The Bulk Offer Entry Tool (OET): �� Additional Offer Submission Information: __________________________________________________________________________________________________________________________________________ (End of Notice) 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 RFQ 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.POC:� SHARON HALL, SHARON.HALL@DLA.MIL
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/ac411a0b43c546b393d68de97ad1b35e/view)
- Place of Performance
- Address: Richmond, VA 23297, USA
- Zip Code: 23297
- Country: USA
- Zip Code: 23297
- Record
- SN05750599-F 20200812/200810230143 (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 |