Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 25, 2024 SAM #8185
SOLICITATION NOTICE

28 -- 2835011148612

Notice Date
4/23/2024 8:21:06 AM
 
Notice Type
Solicitation
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4A624Q0828
 
Response Due
5/7/2024 11:00:00 AM
 
Archive Date
05/22/2024
 
Point of Contact
Austin LaBelle, Phone: (804) 629-3935
 
E-Mail Address
Austin.LaBelle@dla.mil
(Austin.LaBelle@dla.mil)
 
Description
COMBINED SYNOPSIS/SOLICITATION TEMPLATE FOR SAM.GOV NSN: 2835-011148612, PART NUMBER: 3842013-4, ROTOR, TURBINE, NONAI THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES SOLICITATION SPE4A624Q0828. PROPOSALS ARE BEING REQUESTED AND A SF 1449 SOLICITATION WILL NOT BE ISSUED FOR PR 7005739517, 3842013-4, ROTOR, TURBINE, NONAI. THIS SOLICITATION IS FOR AWARD OF A FIRM FIXED PRICED CONTRACT UNDER FAR PART 12 FOR COMMERCIAL ACQUISITIONS. THE APPROVED SOURCE IS: HONEYWELL INTERNATIONAL INC, CAGE 99193, P/N 3842013-4 SOLICITATION WILL BE 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 333611 AND THE SMALL BUSINESS SIZE IS: 750 EMPLOYEES. THE PURCHASE REQUEST QUANTITY IS 68 EACH. NO QUANTITY OPTION APPLIES. QUANTITY VARIANCE IS PLUS/MINUS 0%. DELIVERY: FOB ORIGIN, INSPECTION AND ACCEPTANCE AT DESTINATION. THE REQUIRED DELIVERY IS 305 DARO. THIS IS 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. SUBCONTRACTING PLAN IS NOT REQUIRED AS THE APPLICABLE $750,000 THRESHOLD IS EXPECTED TO BE BREACHED. EEO CLEARANCE IS NOT REQUIRED AS THE $10,000,000 THRESHOLD IS NOT EXPECTED TO BE BREACHED. CERTIFIED COST OR PRICING DATA IS NOT REQUIRED AS THIS IS A COMMERCIAL ITEM UNDER $7,500,000. PROGRESS PAYMENTS ARE NOT INCLUDED AS THE CONDITIONS AT FAR 32.501-2(C) HAVE NOT BEEN MET. THE SOLICITATION ISSUE DATE IS ON OR ABOUT 03/06/24. THE CLOSING DATE IS ON OR ABOUT 03/20/2024. PLACE OF DELIVERY: PARCEL POST ADDRESS: DLA DISTRIBUTION DEPOT CHERRY POINT, NC LANGLEY RD BLDG 147 BAY A CHERRY POINT, NC 28533 FREIGHT SHIPPING ADDRESS: DLA DISTRIBUTION DEPOT CHERRY POINT, NC LANGLEY RD BLDG 147 BAY A CHERRY POINT, NC 28533 FOR FIRST DESTINATION TRANSPORTATION (FDT) REQUIREMENTS, SEE DLAD 47.305-3-90. THE FOLLOWING CLAUSES APPLY TO THIS ACQUISITION. FAR 52.212-1 FAR 52.212-2 EVALUATION CRITERIA: �TECHNICAL CAPABILITY, PRICE AND PAST PERFORMANCE WHEN COMBINED ARE EQUAL WHEN COMPARED TO PRICE.� 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 THE FOLLOWING FAR CLAUSES CITED WITHIN FAR 52.212-5 APPLY. 52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.219-33, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-40, 52.222-50, 52.223-18, 52.225-13, 52.232-33, and 52.209-9 252.203-7000, 252.203-7003, 252.203-7005, 52.204-4, 52.204-7, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 52.204-20, 52.204-23, 52.204-24, 52.204-25, 52.204-26, 252.204-7008, 252.204-7009, 252.204-7012, 252.204-7015, 252.204-7016, 252.204-7017, 252.204-7018, 252.205-7000, 52.209-11, 252.209-7010, 52.211-08, 52.211-08 ALT I, 52.211-08 ALT II, 52.211-14, 52.211-17, 252.211-7003, 252.211-7006, 252.213-7000, 52.223-18, 52.225-18, 52.225-25, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7048, 52.232-17, 52.232-39, 52.232-7003, 252.232-7006, 252.232-7010, 52.233-9001, 52.242-13, 252.243-7002, 52.246-2, 52.246-11 (for Higher Level QCC; Buyer fill in: ISO 9001:2015), 252.246-7003, 252.246-7007, 252.246-7008, 52.247-1. IN ADDITION, THE FOLLOWING PROCUREMENT NOTES APPLY. C01, C02, C03, C04, C14, C16, H04, L01, L04, L06, L08, L11, 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: https://www.dla.mil/Aviation/Business/DAANS/ DAAN-13-01 - Evaluation and Award for Simplified Acquisitions (June 2018) (a) AWARD. The Government intends to evaluate quotations. The award will be made to the quoter whose quote 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 quote. (b) Relative Important and Trade-offs. The Government will base the determination of best value on a comparative assessment of the quoters' 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 quoted 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 quoter'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 quoter's record of conforming to contract requirements and standards of good workmanship; adherence to contract schedules, including the administrative aspects of performance; the quoter's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the quoter's business-like concern for the customer's interest. (1) 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 DFARS 252.213-7000 and Procurement Note L08). (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 ( PROC NOTE L08) [ ] Historical Quality (not captured in SPRS) [ ] Historical Delivery Schedule Compliance (not captured in SPRS) [ ] Other (specify): (End of Notice) DAAN-13-01 (ALT I) - Evaluation and Award for Simplified Acquisitions (March 2018) (a) Quoted Delivery. The Government will evaluate the quoter�s compliance with the delivery schedule specified in the solicitation. Quoting a greater number of days delivery than requested under the solicitation will result in the quote being evaluated less favorably than a quote meeting the requested delivery schedule. There will be no evaluation preference for quoted delivery which is earlier than the requested delivery schedule. (b) Non-Price Factors. Quoted delivery and past performance will be evaluated equally, unless indicated otherwise below. [ ] Quoted delivery is weighed more heavily than past performance. [ ] Past Performance is weighed more heavily than quoted delivery. (End of Notice) DAAN-09-06 CRITICAL SAFETY ITEMS (SEPTEMBER 2016) DAAN-15-02 OFFER SUBMISSION METHOD (MAY 2022) 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: __X___ MAIL TO BID ROOM: _X____ DLA AVIATION Mail Room, Bldg. 210 Attn: Bid Custodian 6090 Strathmore Road Richmond, VA 23297 __X___ HAND-CARRY: ___X__ DLA AVIATION Mail Room, Bldg. 210 Attn: Bid Custodian 6090 Strathmore Road Richmond, VA 23297 __X___ MAIL TO BUYER: Austin Labelle & Mail to address above. _____ ADDRESS LOCATED IN BLOCK 9 OF STANDARD FORM 1449 ATTENTION: ____(INSERT BUYER NAME)___________ X_____ FACSIMILE: IN ACCORDANCE WITH FAR 15.203(D) ___X__ AVIATION BID CUSTODIAN: (804) 279-4165 _____ BUYER�S FACSIMILE: _____(FILL-IN)_______________________________ _X____ E-MAIL: __X___ AVIATION BID CUSTODIAN: DSCR.BIDDESK@DLA.MIL ______ BUYER�S E-MAIL ADDRESS: _(FILL-IN)________________________________ NOTE: E-MAIL PROPOSALS MUST NOT EXCEED 15 MB. PROPOSALS GREATER THAN 15 MB MUST BE SUBMITTED USING MULTIPLE EMAILS (End of Notice) A COPY OF THE SOLICITATION WILL NOT 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: AUSTIN LABELLE, AUSTIN.LABELLE@DLA.MIL
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8309f5ed956948f18744feb094b5ed73/view)
 
Place of Performance
Address: Richmond, VA, USA
Country: USA
 
Record
SN07039885-F 20240425/240423230050 (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.