SOLICITATION NOTICE
62 -- LIGHT, NAVIGATIONAL, AIRCRAFT
- Notice Date
- 7/14/2015
- Notice Type
- Presolicitation
- NAICS
- 336320
— Motor Vehicle Electrical and Electronic Equipment 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
- SPE4A715R2182
- Archive Date
- 9/12/2015
- Point of Contact
- Sara S. West, Phone: 8042793782, Andree D. Toon, Phone: 8042793914
- E-Mail Address
-
sara.west.ctr@dla.mil, Andree.Toon@dla.mil
(sara.west.ctr@dla.mil, Andree.Toon@dla.mil)
- Small Business Set-Aside
- Partial Small Business
- Description
- LTC PROJECT for NSN 6220-01-271-4954, PR: 1000038754, NOMENCLATURE: LIGHT, NAVIGATIONAL, AIRCRAFT. Item is used on 56F - B-1B BOMBER. The FOB point is Destination, Inspection and Acceptance is Origin. Requirement is a PARTIAL SMALL BUSINESS SET-ASIDE Procurement. There is one Large Business Manufacturer (Grimes Aerospace Company DBS/CAGE 72914, P/N 30-0889-7), and one Small Business Manufacturer in the Purchase Order Text (POT) (PHT Aerospace LLC DBA/CAGE 0KAA8, P/N 753951-1) SAMPLING: 1. SAMPLING FOR INSPECTION AND TESTING SHALL BE IAW ANSI/ASQ Z1.4-2003 (R2013). ANY ALTERNATE PLAN MUST BE APPROVED BY THE PCO. A SAMPLING PLAN THAT ACCEPTS ON ZERO DEFECTS IS REQUIRED. 2. ANY DEFECTIVE ITEM DISCOVERED DURING INSPECTION MAY BE CAUSE FOR REJECTION OF THE ENTIRE CONTRACT QUANTITY. FIRST ARTICLE REQUIRED: Government First Article Preproduction approval required. Testing will be in accordance with applicable drawings, specifications and/or Engineering instructions. The first article offered shall be manufactured at the facilities in which production quantities are procured and produced under this contract. When submitting the first article(s) for government testing, a copy of the contract and all applicable drawings, specifications, engineering instructions, certifications, and inspection sheets shall be provided. Upon receipt and evaluation of the test report from the responsible government testing location, the contracting officer will provide final notification to the manufacturer. Any questions or concerns regarding the first article test requirements must be submitted through the contracting officer. Additional Wide Area Workflow (WAWF) instructions for government first article test CLIN: The contractor shall code the receiving report for government first article test CLIN in WAWF as Follows: A: Inspection at origin (Source) - Enter the DCMA office DODAAC listed on page 1 of the contract. B: Acceptance by other - Enter the issue by office DODAAC listed on page 1 of the contract. C: Ship to code - Enter the DODAAC of the test facility listed for the government first article test CLIN in the contract (See FAR Clause 52.209-4). Item is a CRITICAL APPLICATION ITEM. The solicitation will result in an Indefinite Quantity Contract with one, one-year Base period and four, one-year Option periods. The Estimated Annual Demand quantity is 18 each for the Unrestricted Portion and 17 each for the Small Business Portion. The Guaranteed Minimum quantity is 5 each for the Base Period only for the Unrestricted Portion and 4 each for the Small Business Portion. The Maximum Contract Quantity for the life of the contract is 140 each for the Base and Option Periods combined for the Unrestricted portion and 140 each for the Base and Option Periods combined for the Small Business portion. The required production lead-time is 400 Days after receipt of order (ARO) delivery of production units. Option to extend terms of the contract is 48 months. Duration of contract period is 60 months. Requirement is a Partial Small Business Set-Aside Procurement. Item is NOT a Critical Safety Item; Configuration Control does NOT apply, Export Control does NOT apply, Higher Level Quality Assurance (Manufacturers) APPLIES. Government First Article Testing IS required. Surge and Sustainment are NOT required. The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation. 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 the issue date cited in the RFP. 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 at no charge at: http://www.adobe.com. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is July 29, 2015 and closing date is August 28, 2015.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A715R2182/listing.html)
- Place of Performance
- Address: 8000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23297, United States
- Zip Code: 23297
- Zip Code: 23297
- Record
- SN03796872-W 20150716/150715000104-efaa47f8d8df44caaeb4026e1e21c49d (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 |