Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 01, 2016 FBO #5487
SOLICITATION NOTICE

16 -- Multiple National Stock Numbers (NSN) for a Sole Source Long-Term Contract (LTC) with Avox Systems, Inc. (Avox) Consumable Items - Synopsis

Notice Date
11/29/2016
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft 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
SPE4AX17R0004
 
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
List of Items This agency proposes to issue a solicitation for a long-term sole source contract which will include multiple NSNs and FSCs to support various major aircraft weapon systems including, but not limited to, the F-15, C-130, Galaxy C-5, Orion P-3, KC-135, C-130F, A-10, C-17A, C-2A and T-38. A total of 97 items are targeted for this contract effort. It is anticipated that 41 items will be priced for the initial contract award. 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 Federal Acquisition Regulations (FAR) 6.302-1. The proposed sole source contract will be issued to the following. Avox Systems, Inc. 225 Erie Street Lancaster, NY 14086-9501 Contractor and Government Entity (CAGE) code: 53655 Large Business The proposed contract will be for a total five-year period of performance with a basic period of three years with one two-year option period. 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 15, military unique items only, effort. The proposed contract will be a fixed price, requirements-type contract (RTC) with prospective price redetermination to take place at the option. The attached list of 97 items is the total population of items that have been identified for this effort. If other items are subsequently added, as defined by the terms of the contract, they will be synopsized separately. The Government will place orders under the proposed contract for DLA direct (DD) support only. The delivery for this acquisition will be on a freight on board (FOB) origin basis. 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 December 30, 2016 and should identify items of interest and include evidence of ability to supply the items for the contract period as identified. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and SBA PCR (anne.mastrincola@dla.mil). Any alternate source must submit the appropriate data and receive approval by the cognizant Government engineering support activity (ESA). Firms that can produce the items listed in the attached list are encouraged to identify themselves. All responsible sources may submit an offer which shall be considered by the Agency. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLA Directives (DLAD) 52.211-9000, Government Surplus Material, or adequate traceability documentation to show that the product is acceptable. In addition, respondents should identify quantity available and price. The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release of the solicitation. However, the solicitation will not close prior to the closing date stated above. Foreign firms are reminded that all requests for solicitation must be processed through their respective embassies. This acquisition contains technical data whose export is restricted by the Arms Export Control Act (Title 22, U.S.C., SEC 2751 ET SEQ) or the Export Administration Act (Title 50, U.S.C., APP 2401-2402 Executive Order 12470). No telephone requests will be accepted. Direct your requests and communications to: ATTN: Defense Logistics Agency (DLA) Aviation - AUC, Melissa A. Small, Contracting Officer, via email at melissa.small@dla.mil. For requests for solicitation, please provide your name, company name, commercial and Government entity (CAGE) code and telephone number. The solicitation will be available on the Federal Business Opportunities (FedBizOpps) web page on or about December 30, 2016 at www.fbo.gov.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4AX17R0004/listing.html)
 
Place of Performance
Address: Avox Systems, Inc., 225 Erie Street, Lancaster, New York, 14086-9501, United States
Zip Code: 14086-9501
 
Record
SN04337680-W 20161201/161129233843-e5a2cb83c188267b95faa165318c1219 (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.