SOLICITATION NOTICE
16 -- BAE 54786 27 NSNs // LTC // Various Helicopters
- Notice Date
- 9/1/2023 5:25:34 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7LX23R0113
- Response Due
- 11/20/2023 8:59:00 PM
- Archive Date
- 12/20/2023
- Point of Contact
- Carol Bucher, Phone: 614-692-4221, Fax: 215-516-6166
- E-Mail Address
-
carol.bucher@dla.mil
(carol.bucher@dla.mil)
- Description
- See the attached Excel spreadsheet for the complete listing of each NSN�s item description, NAICS, corresponding size standard, manufacturer�s code and part number, estimated annual demand quantity, destination information, and delivery schedule. �All items have a unit of issue of EA. // NSNs and Item Description(s):�� � 1680011101489�� �SUPPORT,SEAT ASSY 1680011101495�� �HANDLE ASSY,CONTROL 1680012212676�� �CUSHION,SEAT BACK,A 1680012234123�� �CUSHION,SEAT,AIRCRA 1680013219166�� �SHAFT,ECCENTRIC 1680013428456�� �CUSHION,SEAT BACK,A 1680013885983�� �CUSHION,SEAT,AIRCRA 1680013897301�� �CUSHION,SEAT BACK,A 1680014503618�� �BELT,AIRCRAFT SAFET 1680014712957�� �CONTROL ASSEMBLY,PU 1680014977536�� �SEAT,AIRCRAFT 1680015418574�� �CUSHION,SEAT BACK,A 1680015562560�� �HEADREST,SEAT,AIRCR 1680015562561�� �CUSHION,SEAT,AIRCRA 1680015869339�� �CUSHION ASSEMBLY,SE 1680015926443�� �CUSHION,SEAT,AIRCRA 1680015926449�� �CUSHION,SEAT BACK,A 1680015993970�� �HEADREST,SEAT,AIRCR 1680016178326�� �SEAT,AIRCRAFT EJECT 2540015888426�� �CUSHION,SEAT,VEHICU 2540015926966�� �BELT,VEHICULAR SAFE 3040010986878�� �CONNECTING LINK,RIG 3040013397540�� �CYLINDER,ACTUATING, 3120013406453�� �BUSHING,SLEEVE 4220014875802�� �LIFE PRESERVER ACCE 5315015878390�� �PIN,SPRING 5995012212570�� �CABLE ASSEMBLY,LONG 8. The solicitation document contains information that has been designated as ""Militarily Critical Technical Data."" Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS)� ATTN: U.S./Canada Joint Certification Office� 74 Washington Avenue North� Battle Creek, MI 49017-3084� or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: https://public.logisticsinformationservice.dla.mil/jcp/search.aspx. 9. Interested parties may obtain copies of Military and Federal Specifications and Standards, Qualified Product Lists, Military Handbooks, and other standardization documents from the DoD Single Stock Point (DODSSP), in Philadelphia, PA. Most documents are available in Adobe PDF format from the ASSIST database via the Internet at https://assist.dla.mil/online/start/index.cfm. �Users may search for documents using the ASSIST-Quick Search and, in most cases, download the documents directly via the Internet using standard browser software. �Documents not available for downloading from ASSIST can be ordered from the DODSSP using the ASSIST Shopping Wizard, after establishing a DODSSP Customer Account by following the registration procedures or by phoning the DoDSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: 442-6396/6257). �Users not having access to the Internet may contact the DODSSP Special Assistance Desk at (215) 697-6396/6257 (DSN: �442-6396/6257) or mail requests to the DODSSP, Bldg. 4/D, 700 Robbins Avenue, Philadelphia, PA 19111-5094. Patterns, Drawings, Deviations Lists, Purchase Descriptions, etc., are not stocked at the DODSSP. 12. One or more of the items under this acquisition may be subject to an 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. 26. Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. (X) �This acquisition involves a consolidation of requirements IAW FAR 7.107-2 and has been determined necessary and justified. The determination will be posted with the solicitation IAW 7.107-5(c). (X) �The solicitation will be available in DLA DIBBS (https://www.dibbs.bsm.dla.mil/rfp) on or about its issue date of 09/18/2023. �It WILL NOT be posted to www.sam.gov. (X) �This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1). �Approved source is: (CAGE) 54786 / BAE Systems Land and Armaments L.P. (X) Specifications, plans, or drawings are not available. �Sources interested in becoming an approved source for the NSNs must submit the appropriate information as outlined in DLAD Procurement Note L04, Offers for Part Numbered Items. �Information regarding the Alternate Offer/Source Approval Program can be found at https://www.dla.mil/Portals/104/Documents/LandAndMaritime/V/VE/VendorInfo.pdf. �In addition, two (2) NSNs are identified through a source-controlled drawing (AMSC=B); information regarding becoming an approved source on the source-controlled drawings is addressed by DLA Procurement Note L22, which will be included in the resulting solicitation. (X) The scope of this acquisition is for a firm-fixed price, Federal Acquisition Regulation (FAR) Part 15 Indefinite Quantity Indefinite Delivery contract. The Government is pursuing a long-term contract, for the duration of a one-year base period with one (1) one-year option periods, for a potential total of two (2) years. The estimated annual demand value for this acquisition project is $2,851,959.55. �The total contract maximum value is $8,555,878.65. This requirement is for DLA stock support in the continental United States (CONUS) and outside the continental United States (OCONUS) via shipments through the Containerization and Consolidation Points in Susquehanna, PA and San Joaquin, CA. �At the time of solicitation there are twenty-six (26) NSNs being procured and managed by Major Subordinate Command (MSC) DLA Land and Maritime, and one (1) NSN being procured and managed by MSC DLA Aviation. (X) �The proposed procurement contains an option to extend the contract period one or more times at the discretion of the government. �The total duration (base plus option years) shall not exceed two (2) years. (X) �While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, and other evaluation factors as described in the solicitation.� (X) � The Small Business size standards are as follows: NAICS�� �Employees 336413�� �1250 336411�� �1500 336360�� �1500 333243�� �550 332321�� �750 333995�� �800 332991�� �1250 326299�� �650 332618�� �500 334419�� �750 (X) �TYPE OF SET-ASIDE:�� �Unrestricted
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/0c0f15cf65714da686065a32a570cc04/view)
- Record
- SN06816851-F 20230903/230901230101 (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 |