Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 16, 2015 FBO #4983
SOLICITATION NOTICE

15 -- LATCH ASSEMBLY, NACELLE

Notice Date
7/14/2015
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary 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
SPE4A715R2156
 
Archive Date
9/15/2015
 
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
Service-Disabled Veteran-Owned Small Business
 
Description
LTC PROJECT for NSN 1560-00-213-4019, PR: 1000038750, NOMENCLATURE: LATCH ASSEMBLY, NACELLE. Item is used on 04F Aircraft, Stratofortress B-52, 05F Aircraft, Stratolifter CKC, and 25F E-3A AWACS. The FOB point is Destination, Inspection and Acceptance is Origin. This is a Service Disable Veteran Small Business (SDVOSB) Set-Aside Procurement. ONLY OFFERS FROM SERVICE DISABLED VETERANS SMALL BUSINESS (SDVOSB) WILL BE CONSIDERED. 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 590Item 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 113 each. The Guaranteed Minimum quantity is 28 each for the Base Period only. The Maximum Contract Quantity for the life of the contract is 850 each for the Base and Option Periods combined. The required production lead-time including FAT-Government is 656 Days after receipt of order (ARO). Option to extend terms of the contract is 48 months. Duration of contract period is 60 months. Requirement is a Service Disabled Veteran Small Business Procurement. Item is not a Critical Safety Item; Configuration Control applies, Export Control applies, 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 31 July 2015 and closing date is 31 August 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A715R2156/listing.html)
 
Place of Performance
Address: 8000 JEFFERSON DAVIS HWY, RICHMOND, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN03797042-W 20150716/150715000243-106470fd12d127bb48851cdf9e836009 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.