Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 11, 2022 SAM #7687
SOURCES SOUGHT

99 -- Large Procurement Sources Sought Notice / RFI for Multiple End Items

Notice Date
12/9/2022 11:20:10 AM
 
Notice Type
Sources Sought
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4A5-23-R-0069
 
Response Due
12/16/2022 8:59:00 PM
 
Point of Contact
Brenda Edwards, Phone: 804-279-5707
 
E-Mail Address
brenda.d.edwards@dla.mil
(brenda.d.edwards@dla.mil)
 
Description
This Request for Information (RFI) / Sources Sought Notice is issued as a means of conducting market research, to determine if other companies, besides Parker-Hannifin Corp. (PHC), are capable of manufacturing (or legitimately obtain) and provide strategic long-term contract support for the items listed in the attached workbook. �The current approved source of supply and part numbers are included in the Excel workbook. THIS SOURCES SOUGHT IS FOR INFOMATIONAL PURPOSES ONLY AND APPLY TO FUTURE PROCUREMENT. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT.� RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. Current PHC Contracts with the Defense Logistics Agency (DLA) Aviation acquire sole source consumable�parts and depot-level reparables (DLR) for aircraft and systems supporting worldwide DLA direct (DD) &�Customer Direct (DVD) shipments under Federal Acquisition Regulations (FAR) Part 12 and Part 15. PHC�s Commercial Subsumable Contract:�� SPE4AX21D9402 was issued March 22, 2021, as a 10-year, fixed-price, requirements type contract (RTC) with prospective price redetermination or economic price re-adjustment.� The 10-year term consists of a 5-year base period and 5-year option period.�� The 5-year option period for exercising the option is March 12, 2025.� The contract is currently within the second year of the base period.� The Next-Generation Contract: SPE4AX14D9413 was issued August 05, 2014, as a 10-year, fixed price, RTC with prospective price redetermination. The 10-year term consists of a 5-year base period and 5-year option period. The 5-year option period was exercised June 26, 2019. The contract is currently within the fourth year of the 5-year option period. Interested persons may identify their interest and capability to respond to the requirements or submit�proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the synopsis response date 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. This effort has been identified as sole source to PHC.� Responses to this announcement from other than the original equipment manufacturer (OEM) are required by December 16, 2022 and should identify areas of interest and include evidence of ability to perform. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and Small Business Administration (SBA) Procurement Center Representative (PCR) (Tammy.Birdsong@sba.gov). Any alternate source must submit the appropriate data and receive approval by the cognizant Government engineering support activity (ESA). The Government may alter the acquisition strategy if it is in the best interest of the Government. If your company desires to be reviewed and qualified as an �Approved Source� for any of the items in the Sources Sought workbook, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached AVN SAR Submit Instructions SAFE document.� A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item, which DLA Aviation is procuring. (Note:� To submit your SAR please send an email to: dlaavnsmallbus@dla.mil, subject �request a SAR drop off�.� After we receive your email request a �request for drop off� will be returned, where you can download your file.�� Include CAGE code, the NSN and the email address where you want to receive the link.�� For guidance on completing a SAR package please review the Source Approval Handbook.�� Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts). Contracting Office Address: 8000 Jefferson Davis Highway Richmond, Virginia 23297-5000 United States Primary Point of Contact: Name: Brenda Edwards Title: Contract Specialist Email: brenda.d.edwards@dla.mil Phone: 804-279-5707
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/55a48a4cfb8b4cad87930eddda7b861c/view)
 
Record
SN06540519-F 20221211/221213085136 (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.