Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
SOLICITATION NOTICE

16 -- NSN 1620-00-004-9859; Part Number 2578175; Collar-Swivel Strut

Notice Date
9/13/2018
 
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
SPE4A5-18-Q-0889
 
Archive Date
9/13/2019
 
Point of Contact
Karen R. Jefferson, Phone: 804-279-2833, trina w. vanstory, Phone: 804-279-3750
 
E-Mail Address
karen.jefferson@dla.mil, trina.vanstory@dla.mil
(karen.jefferson@dla.mil, trina.vanstory@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
Issue Date: 09/13/2018 Closing Date: 09/28/2018 Type of Procurement: Combined Synopsis/Solicitation DLA Direct (Stock) A letter request for proposal (RFP), will be issued via the DLA Internet Bid Board System (DIBBS). The item is sole source to Ontic Engineering and Manufacturing, Inc., CAGE 45934. The item is covered by a Class Justification and Approval for Other Than Full and Open Competition. FSC NIIN Part Number CAGE Qty Requested Delivery COTS Surge CSI Nomen 1620 000049859 2578175 45934 5 770 Yes No No Collar-Swivel Strut End Item Application: Aircraft Hawkeye E-2C Options: None Inspection & Acceptance: Origin FOB: Origin Approved Source: Ontic Engineering and Manufacturing, Inc., Cage 45934 Point of Contact: Karen Jefferson at 804-279-2833, Email: Karen.Jefferson@dla.mil, The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302.1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within fifteen days after date of publication of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested supplier may submit an offer. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (AID). This agency has no data available for evaluating the acceptability of alternate products offered. In addition, clause 52.217-9002 has been replaced by procurement notices M06 and L04 which can be found at http://www.dla.mil/Portals/104/Documents/J7Acquisition/DLAD_Procurement_Notes-Effective_12-15-17.pdf?ver=2017-12-15-091527-907 Surplus dealers and small business dealers and distributors are invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, which has been replaced by Procurement Note C04, or adequate traceability documentation to show product is acceptable. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory through a dealer is in the best interests of the government. This acquisition is not being conducted on an all-or-none basis; evaluation of offers will be line-by-line. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. Proposals are being requested and this announcement along with a written solicitation, constitutes the solicitation. • · The solicitation number is SPE4A5-18-Q-0889, issued as a request for quote (RFQ). •· The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75, dated June 24, 2014. •· This acquisition is unrestricted; no set-aside applies. · Solicitation line item: see above table. •· Requirements for the items to be acquired: The only acceptable manufacturing source for this item is Ontic, Cage 45934. •· Dates and places of delivery will vary according to lead time and stock position at DLA warehouses. •· The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. •· The provision at 52.212-2, Evaluation-Commercial Items, does not apply. A best-value award determination will be made with price and past performance utilizing the Past Performance Information Retrieval System (PPIRS) receiving approximately equal weighting and other evaluation factors as described in the solicitation. •· An offeror must include a completed copy of the provision at 52.212-3, Offeror Representations and Certifications-Commercial Items, with the offer. •· The clause at 52.212-4, Contract Terms and Conditions-Commercial Items, applies to this acquisition. •· The clause at 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, applies to this acquisition. •· The following additional clauses have been determined by the contracting officer to be necessary for this acquisition. In the event that Ontic, Cage 45934, does not appear to be best value for any particular part upon evaluation of offers, such part(s) removed from this solicitation and may be re-solicited separately. •· Defense Priorities and Allocations System (DPAS) rating DO-A1 apply to items that are not commercial-off-the-shelf (COTS). No DPAS rating applies to COTS items. •· The final contract award decision may be based upon a combination of price, past performance and other evaluation factors as described in the solicitation utilizing the Past Performance Information Retrieval System (PPIRS). All responsible sources may submit an offer that will be considered. You must be registered in the System for Award Management (SAM). SAM registration is at http://www.sam.gov. •· The date, time and place offers are due by email to Karen.Jefferson@dla.mil by 2:00 PM Easter Standard Time, on September 28, 2018. •· The name and telephone number of the individual to contact for information regarding the solicitation is: Karen Jefferson, 804-279-2833.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A5-18-Q-0889/listing.html)
 
Place of Performance
Address: 8000 Jefferson Davis Highway, Richmond, Virginia, 23297, United States
Zip Code: 23297
 
Record
SN05087880-W 20180915/180913231308-7e3391c018048bce62cf15ffde537ce4 (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.