Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 30, 2015 FBO #5028
SOLICITATION NOTICE

15 -- Multiple National Stock Numbers (NSNs) Supporting Various Weapon Systems for a Sole Source Long Term Contract (LTC) to Parker Hannifin Corporation - Initial Population Identification of Requirements (IOR)

Notice Date
8/28/2015
 
Notice Type
Combined Synopsis/Solicitation
 
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
SPE4AX-15-R-0006
 
Archive Date
10/13/2015
 
Point of Contact
Melissa Ann Small, Phone: 2568761602
 
E-Mail Address
melissa.small@dla.mil
(melissa.small@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Initial Population Identification of Requirements (IOR) This is a combined synopsis / solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulations (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This is a request for proposal (RFP), solicitation number SPE4AX-15-R-0006, for a long-term strategic / sole source contract which will include multiple NSNs to support various weapon systems including but not limited to the F-15, B-52, B-3, KC-135, E-3A, F-5A / B, T-38A and P-8. A total of 34 NSNs are targeted to be priced for the initial population of this contract effort (see attached Identification of Requirements (IOR)). Additional items will be added in multiple phases as identified and will be synopsized separately. The proposed action is intended to be awarded on a sole source basis as supported by a justification and approval (J&A) in accordance with FAR 6.302-1. This sole source requirement will be purchased from the following company: Parker Hannifin Corporation, doing business as (DBA) Customer Suppor Military Business, 14300 Alton Parkway, Irvine, CA 92618-1814; Contractor and Government Entity (CAGE) Code: 59211; Large Business Parker Hannifin Corporation, DBA Control Systems Division, 14300 Alton Parkway, Irvine, CA 92618-1814; CAGE: 82106; Large Business Parker Hannifin Corporation, DBA Fluid Systems Division, 16666 Von Karman Avenue, Irvine, CA 92606-4917; CAGE: 3H889; Large Business Parker Hannifin Corporation, DBA Hydraulic Systems Division, 2220 Palmer Avenue, Kalamazoo, MI 49001-4122; CAGE: 93835; Large Business Parker Hannifin Corporation, DBA Control Systems Division, 2010 Waldrep Industrial Boulevard, Dublin, GA 31021-2641; CAGE: 49695; Large Business Parker Hannifin Corporation, DBA Fluid Systems Division, 14 Robbins Pond Road, Ayer, MA 01434-5641; CAGE: 86329; Large Business Parker Hannifin Corporation, DBA Gas Turbine Fuel Systems Division, 124 Columbia Street, Clyde, NY 14433-1049; CAGE: 09523; Large Business Parker Hannifin Corporation, DBA Fluid Systems Division, 711 Taylor Street, Elyria, OH 44035-6229; CAGE: 26433; Large Business Parker Hannifin Corporation, 1160 Center Road, Avon, OH 44011-1297; CAGE: 33269; Large Business Parker Hannifin Corporation, DBA Parker Aerospace, 3580 Shaw Boulevard, Naples, FL 34117-8408; CAGE: 99321; Large Business Parker Hannifin Corporation, DBA Gas Turbine Fuel Systems, 1460 Garrott Avenue, Moncks Corner, SC 29461-6602; CAGE: 1QTD9; Large Business Parker Hannifin Corporation, DBA Parker Stratoflex, 3800 Calle Tecate, Camarillo, CA 93012-5070; CAGE: 11362; Large Business Parker Hannifin Corporation, DBA Electronics Systems Division, 300 Marcus Boulevard, Hauppauge, NY 11788-2044; CAGE: 26055; Large Business All orders will be placed through the administrative CAGE code 59211. The proposed contract will be for a total 10-year period of performance. Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified original equipment manufacturer (OEM). This is proposed to be a FAR Part 12 (commercial items only) effort. The proposed contract will be a fixed price requirements-type contract (RTC) with prospective price redetermination. The attached lists of NSNs are the items that have been identified for the initial population to be awarded. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. All items will be awarded on a free on board (FOB) origin basis only with inspection and acceptance at origin. These items have been identified as sole source however some items may have history showing awards to other than the OEM. Responses to this announcement from other than the OEM are required by September 28, 2015 by 3:00 p.m. Central Time and should identify items of interest and include evidence of ability to supply the items for the contract period as identified. Surplus dealers are also invited to respond to this combined synopsis / solicitation. The response should include a completed surplus certificate, Defense Logistics Agency Directives (DLAD) 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and the Small Business Administration (SBA) Procurement Center Representative (PCR) ( anne.mastrincola@dla.mil ). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government. All responses are due no later than September 28, 2015 by 3:00 p.m. Central Time. FAR 52.212-1, Instructions to Offerors -- Commercial, applies to this acquisition. Offerors are to include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications -- Commercial Items, with its offer. FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes Or Executive Orders -- Commercial Items, applies to this acquisition. The additional FAR clauses as cited in 52.212-5 are applicable to this effort. 52.203-6, Restrictions on Subcontractor Sales to the Government (SEPT 2006), with Alternate I (OCT 1995) (41 U.S.C., 253g and 10 U.S.C. 2402) 52.203-13, Contractor Code of Business Ethics and Conduct (APR 2010) (Pub. L.110-252, Title VI, Chapter 1 (41 U.S.C. 251 note)) 52.204-10, Reporting Executive Compensation and First - Tier Subcontract Awards (JUL 2013) (Pub. L.109-282) (31 U.S.C. 6101 note) 52.209-6, Protecting the Government's Interest When Subcontracting with Contactors Debarred, Suspended, or Proposed for Debarment (AUG 2013) (31 U.S.C. 610 note). (Applies to contracts over $30,000). (Not applicable to subcontracts for the acquisition of commercially available off-the shelf items). 52.209-9, Updates of Publicly Available Information Regarding Responsibility Matters (JUL 2013) (41 U.S.C. 2313) 52.219-8, Utilization of Small Business Concerns (JUL 2013) (15 U.S.C. 637(d)(2) and (3)) 52.219-9, Small Business Subcontracting Plan (JUL 2013) (15 U.S.C. 637(d)(4)) Alternate II (OCT 2001) of 52.219-9 52.219-16, Liquidated Damages - Subcontracting Plan (JAN 1999) (15 U.S.C. 637(d)(4)(F)(i)) 52.222-3, Convict Labor (JUNE 2003) (E.O.11755) 52.222-19, Child Labor - Cooperation with Authorities and Remedies (DEC 2013) (E.O. 13126) 52.222-21, Prohibition of Segregated Facilities (FEB 1999) 52.222-26, Equal Opportunity (MAR 2007) (E.O.11246) 52.222-35, Equal Opportunity for Veterans (SEP 2010) (38 U.S.C. 4212) 52.222-36, Affirmative Action for Workers with Disabilities (OCT 2010 ) (29 U.S.C. 793) 52.222-37, Employment Reports on Veterans (SEP 2010) (38 U.S.C. 4212) 52.222-40, Notification of Employee Rights Under the National Labor Relations Act (DEC 2010) (E.O. 13496) 52.223-18, Encouraging Contractor Policy to Ban Text Messaging While Driving (AUG 2011) (E.O. 13513) 52.232-33, Payment by Electronic Funds Transfer - System for Award Management (JUL 2013) (31 U.S.C. 3332) Any contract awarded as a result of this solicitation will be DO rated order certified for national defense use under the Defense Priorities and Allocations System (DPAS) (15 CFR 700), and the Contractor will be required to follow all of the requirements of this regulation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX-15-R-0006/listing.html)
 
Place of Performance
Address: PARKER HANNIFIN CUSTOMER SUPPORT, 14300 ALTON PARKWAY, IRVINE, California, 92618, United States
Zip Code: 92618
 
Record
SN03861790-W 20150830/150828235659-1500df75b7cc40712a708cde3a754a1a (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.