Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
MODIFICATION

28 -- SHAFT, ISOLATION DECOUPLER, 19F-F-15 AIRCRAFT

Notice Date
1/31/2012
 
Notice Type
Modification/Amendment
 
NAICS
333611 — Turbine and Turbine Generator Set Units Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPM4A612R0074
 
Archive Date
7/31/2012
 
Point of Contact
La Countess Dawn Coleman, Phone: (804)279-5922, Glenice Daniel-Chambers, Phone: 8042793158
 
E-Mail Address
lacountess.coleman@dla.mil, glenice.chambers@dla.mil
(lacountess.coleman@dla.mil, glenice.chambers@dla.mil)
 
Small Business Set-Aside
Partial Small Business
 
Description
01/31/2012 - Modified to revise the issue date to 02/15/2012 and the closing date to 03/16/2012. All other terms and conditions remain the same. Purchase Request number IQC11242009025, Solicitation Number SPM4A6-12-R-0074. This requirement is for a Multiple NSN Indefinite Quantity Contract (IQC) requirement consisting of a base and four option years. This requirement will be solicited as a partial set-aside. The IQC requirements will reflect the set aside portion and the unrestricted portion. The 7 NSNs consists of the following terms and conditions: Clin 0001- NSN 2835-00-309-5684, Shaft, Isolation Decoupler, 19F - F-15 Aircraft, Estimated Annual Demand (EAD) Qty - 82, Maximum Contract (MC) Qty - 164, Delivery - 142 days ARO; Approved sources - Thomas Instrument, CAGE 5H860, part number 87250-01 and Honeywell International, CAGE 99193, part number 365513-2 Clin 0002- NSN 2835-01-003-1394, Shaft, Power Control, 19F - F-15 Aircraft, Estimated Annual Demand (EAD) Qty - 58, Maximum Contract (MC) Qty - 116, Delivery - 192 days ARO; Approved sources - Thomas Instrument, CAGE 5H860, part number 87241-01 and Honeywell International, CAGE 99193, part number 367063-1 Clin 0003- NSN 2835-01-034-6928, Adapter, Splined Input, 19F - F-15 Aircraft, Estimated Annual Demand (EAD) Qty - 20, Maximum Contract (MC) Qty - 40, Delivery - 140 days ARO; Approved sources - Thomas Instrument, CAGE 5H860, part number 87043-01 and Honeywell International, CAGE 99193, part number 367331-3 Clin 0004- NSN 2835-01-034-6943, Stator, Gearbox, Fan, 19F - F-15 Aircraft, Estimated Annual Demand (EAD) Qty - 12, Maximum Contract (MC) Qty - 24, Delivery - 72 days ARO; Approved sources - Thomas Instrument, CAGE 5H860, part number 87086-01 and Honeywell International, CAGE 99193, part number 367261-2 Clin 0005- NSN 2835-01-044-3257, Cap, Housing, Assembly, 19F - F-15 Aircraft, Estimated Annual Demand (EAD) Qty - 54, Maximum Contract (MC) Qty - 108, Delivery - 128 days ARO; Approved sources - Thomas Instrument, CAGE 5H860, part number 87405-01 and Triumph Actuation Systems, LLC, CAGE 1SR57, part number 4100070-1 Clin 0006- NSN 2835-01-003-8996,Carrier Assembly, Decoupler, 19F - F-15 Aircraft, Estimated Annual Demand (EAD) Qty - 508, Maximum Contract (MC) Qty - 1016, Delivery - 168 days ARO; Approved sources - Thomas Instrument, CAGE 5H860, part number 87001 and Honeywell International, CAGE 99193, part number 365859-5 Clin 0007- NSN 2835-00-312-1220, Shaft, Stub, Gearbox, 19F - F-15 Aircraft, Estimated Annual Demand (EAD) Qty - 518, Maximum Contract (MC) Qty - 1036, Delivery - 144 days ARO; Approved sources - Thomas Instrument, CAGE 5H860, part number 87036-01 and Honeywell International, CAGE 99193, part number 366124-1. Surge & Sustainment is not applicable. Casting & Forging applies to clins 0001, 0002 and 0007 only. Critical Application applies to all 7 NSNs Configuration Control applies to clins 0003 and 0005 Export Control applies to clin 0002 FOB Destination, Inspection & Acceptance @ Destination applies to the set aside portion. FOB Origin,Inspection & Acceptance @ Origin applies to the unrestricted portion.. The anticipated issue date is January 30, 2012 & closing date of February 29, 2012. Automated Best Value System (ABVS) will apply; offers will be evaluated based on price offered and past performance. A copy of the solicitation will be available via the DLA Internet Bid Board System (DIBBS) at https://www.dibbs.bsm.dla.mil/RFP on January 30, 2012. Choose the RFP you wish to download. Solicitations are in portable document format (PDF). To download and view the documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy of the solicitation will not be available to requestors. The solicitation issue date is January 30, 2012.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPM4A612R0074/listing.html)
 
Record
SN02664812-W 20120202/120131235106-2cfe23c03333048b38281dce57889aa3 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.