Combined Synopsis Solicitation

expired opportunity(Expired)
From: Federal Government(Federal)
0088359183

Basic Details

started - 20 Apr, 2022 (about 2 years ago)

Start Date

20 Apr, 2022 (about 2 years ago)
due - 05 May, 2022 (23 months ago)

Due Date

05 May, 2022 (23 months ago)
Bid Notification

Type

Bid Notification
0088359183

Identifier

0088359183
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (705762)DEFENSE LOGISTICS AGENCY (DLA) (282576)DLA AVIATION (117616)DLA AV RICHMOND (98046)DLA AVIATION (117616)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

2840-01-391-7257, PART NUMBER: 2-101-238-09, SHAFT,TURBINE,AIRCRTHIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES SOLICITATION SPE4A5-22-Q-0405. PROPOSALS ARE BEING REQUESTED AND A SF 1449 SOLICITATION WILL NOT BE ISSUED FOR PR 0088359183, NSN 2840-01-391-7257, SHAFT,TURBINE,AIRCR. THIS SOLICITATION IS FOR AWARD OF A FIRM FIXED PRICED CONTRACT UNDER FAR PART 12 FOR COMMERCIAL ACQUISITIONS. THE APPROVED SOURCE IS:HONEYWELL INTERNATIONAL INC., CAGE 99193, P/N 2-101-238-09,SOLICITATION WILL BE ISSUED ON AN UNRESTRICTED BASIS UTILIZING OTHER THAN FULL AND OPEN COMPETITION PROCEDURES UNDER 10 U.S.C. 2304(C)(1). THIS IS NOT A SMALL BUSINESS SET-ASIDE. NAICS CODE IS 336412 AND THE SMALL BUSINESS SIZE IS: 1500 EMPLOYEES. THE PURCHASE REQUEST QUANTITY IS 19 EACH. NO QUANTITY OPTION APPLIES. QUANTITY VARIANCE IS PLUS/MINUS 0%.
DELIVERY: FOB ORIGIN, INSPECTION AND ACCEPTANCE AT ORIGIN. THE REQUIRED DELIVERY IS 510 DARO. THIS IS A CRITICAL SAFETY ITEM (CSI) AND A FIRST ARTICLE TEST (FAT) IS REQUIRED. A PLT IS ALSO REQUIRED. DPAS RATING FOR THIS ITEM IS DOC9. MILITARY STANDARD PACKAGING IS/ REQUIRED.SUBCONTRACTING PLAN IS NOT REQUIRED AS THE APPLICABLE $700,000 THRESHOLD IS NOT EXPECTED TO BE BREACHED. EEO CLEARANCE IS NOT REQUIRED AS THE $10,000,000 THRESHOLD IS NOT EXPECTED TO BE BREACHED. CERTIFIED COST OR PRICING DATA IS NOT REQUIRED AS THIS IS A COMMERCIAL ITEM UNDER $7,000,000. PROGRESS PAYMENTS ARE NOT INCLUDED AS THE CONDITIONS AT FAR 32.501-2(C) HAVE NOT BEEN MET.THE SOLICITATION ISSUE DATE IS ON OR ABOUT 4/7/22. THE CLOSING DATE IS ON OR ABOUT 4/22/22PLACE OF DELIVERY:PARCEL POST ADDRESS:SW3222 DLA DISTRIBUTION CORPUS CHRISTI TX540 FIRST STREET SE BLDG 1846GPS USE 100 NAS DR PH 361 961 2500CORPUS CHRISTI TX 78419-5255USFREIGHT SHIPPING ADDRESS:SW3222 DLA DISTRIBUTION CORPUS CHRISTI TX540 FIRST STREET SE BLDG 1846GPS USE 100 NAS DR PH 361 961 2500CORPUS CHRISTI TX 78419-5255FOR TRANSPORTATION SEE DLAD PROC NOTE C19.FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACTTHE FOLLOWING CLAUSES APPLY TO THIS ACQUISITION.FAR 52.212-1FAR 52.212-2- EVALUATION CRITERIA: “TECHNICAL CAPABILITY, PRICE AND PAST PERFORMANCE WHEN COMBINED ARE EQUAL WHEN COMPARED TO PRICE.”FAR 52.212-3: ALL OFFERORS MUST INCLUDE A COMPLETED COPY OF THIS CLAUSE.FAR 52.212-3 ALT IFAR 52.212-4FAR 52.212-5. THE FOLLOWING FAR CLAUSES CITED WITHIN FAR 52.212-05 APPLY.52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-41, 52.222-50, 52.223-18, 52.225-13, 52.232-33. 52.209-9252.203-7000, 252.203-7002, 252.203-7005, 252.204-4, 52.204-7, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 252.204-7008, 252.204-7009, 252.204-7011, 252.204-7015, 52.209-2, , 52.209-11, 252.209-7010, 252.209-7994, 252.209-7996, 252.209-7997, 52.211-08, 52.211-08 ALT I, 52.211-08 ALT II, 52.211-14, 52.211-17, 252.211-7003, 252.211-7005, 252.211-7006, 52.214-9004, 52.215-5, 52.215-8, 252.222-7007, 52.223-18, 52.225-18, 52.225-25, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7048, 52.232-17, 52.232-39, 52.232-7003, 52.232-7010, 52.232-9006, 52.233-9001, 52.242-13, 252.243-7002, 52.246-2, 52.246-5, 52.246-11; 52.246-7000; 252.246-7003 52.247-1), 52-247-52, 52.247-9059IN ADDITION, THE FOLLOWING PROCUREMENT NOTES APPLY.C01, C02, C03, C04, C14, C18, C20, E05, EO6, H04; L01, L04, L06, L08, L11, M05, M06The full text of Procurement notes may be found at:http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx (Defense Logistics Agency Directive (DLAD) Procurement Notes).The following DLA Aviation Notices are incorporated by reference. The full-text of the notices can be found at: http://www.dla.mil/Aviation/Business/IndustryResources/DLAResourcesforSuppliers/DAANs.aspxDAAN-13-01 Evaluation and Award for Simplified Acquisitions.(June 2018)(b) Relative Important and Trade-offs. The Government will base the determination of best value on a comparative assessment of the quoters' prices, past performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors, when combined, are:[ ] significantly more important than cost or price.As other evaluation factors become more equal,the evaluated cost or price becomes more important.[X] approximately equal to cost or price; or[ ] significantly less important than cost or price.As the evaluated cost/price becomes more equal,relative importance of all other evaluation factorsbecomes more significant.(e) Past Performance Evaluation Factors. The Government will use the past performance evaluation factors marked below in addition to cost or price and other evaluation factors specified in the solicitation. Unless indicated otherwise, past performance is significantly more important than other non-price factors. Within the past performance subfactors, SPRS assessments (as applicable) will be weighed most heavily. Historical quality history and delivery schedule compliance (not captured in SPRS) will be weighed more heavily than the remaining past performance subfactors. All other non-price evaluation factors specified in this solicitation weigh equally, unless otherwise indicated.[X] SPRS Assessments (PROC NOTE L08)(EProcurement)[ ] PPIRS-RC Assessments[ ] Historical Quality (not captured in SPRS)[ ] Historical Delivery Schedule Compliance(not captured in SPRS)[ ] Other (specify):(End of Notice)DAAN-13-01 (ALT I) Evaluation and Award for Simplified Acquisitions(ALT I) (March 2018)(b) Non-Price Factors. Quoted delivery and past performance will be evaluated equally, unless indicated otherwise below.( ) Quoted delivery is weighed more heavily than past performance.( ) Past Performance is weighed more heavily than quoted delivery.(End of Notice)DAAN-09-06 CRITICAL SAFETY ITEMS (SEPTEMBER 2016)DAAN-15-02 OFFER SUBMISSION METHOD (OCTOBER 2016)OFFERS IN RESPONSE TO THIS SOLICITATION MAY BE SUBMITTED BY THE FOLLOWING METHOD(S) AS INDICATED BELOW, IN ACCORDANCE WITH FAR 15.208, SUBMISSION, MODIFICATION, REVISION, AND WITHDRAWAL OF PROPOSALS:_____ MAIL TO BID ROOM:_____ DLA AVIATION8000 JEFFERSON DAVIS HIGHWAY,BUILDING 33, E BAY, ROOM 124RICHMOND, VA 23297-5100_____ HAND-CARRY:_____ DLA AVIATION8000 JEFFERSON DAVIS HIGHWAY,BUILDING 33, E BAY, ROOM 124RICHMOND, VA 23297-5100__X___ MAIL TO BUYER: Place Buyer’s name & Mail to:DLA AVIATION8000 JEFFERSON DAVIS HIGHWAY,BUILDING 33, E BAY, ROOM 124RICHMOND, VA 23297-5100_____ ADDRESS LOCATED IN BLOCK 9 OF STANDARD FORM 1449ATTENTION: ____(INSERT BUYER NAME)________________ UPLOAD PROPOSALS ON THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT: HTTPS://WWW.DIBBS.BSM.DLA.MIL/DEFAULT.ASPX; Use if SF 1449 publishedX_____ FACSIMILE: IN ACCORDANCE WITH FAR 15.203(D)_____ AVIATION BID CUSTODIAN: (804) 279-4165___X__ BUYER’S FACSIMILE: _____(FILL-IN)________________________________X____ E-MAIL:_____ AVIATION BID CUSTODIAN: DSCR.BIDDESK@DLA.MIL______ BUYER’S E-MAIL ADDRESS: _(FILL-IN)________________________________NOTE: E-MAIL PROPOSALS MUST NOT EXCEED 15 MB. PROPOSALS GREATER THAN 15 MB MUST BE SUBMITTED USING MULTIPLE EMAILS.A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFQ/ ON THE SAME ISSUE DATE CITED ABOVE. CHOOSE THE RFQ YOU WISH TO DOWNLOAD. 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 FREE AT HTTP://ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS.POC: ANTHONY DUGUAY, ANTHONY.DUGUAY@DLA.MIL; 804 980-6772DAAN-13-01 Evaluation and Award for Simplified Acquisitions.(June 2018)(b) Relative Important and Trade-offs. The Government will base the determination of best value on a comparative assessment of the quoters' prices, past performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors, when combined, are:[ ] significantly more important than cost or price.As other evaluation factors become more equal,the evaluated cost or price becomes more important.[X] approximately equal to cost or price; or[ ] significantly less important than cost or price.As the evaluated cost/price becomes more equal,relative importance of all other evaluation factorsbecomes more significant.(e) Past Performance Evaluation Factors. The Government will use the past performance evaluation factors marked below in addition to cost or price and other evaluation factors specified in the solicitation. Unless indicated otherwise, past performance is significantly more important than other non-price factors. Within the past performance subfactors, SPRS assessments (as applicable) will be weighed most heavily. Historical quality history and delivery schedule compliance (not captured inSPRS) will be weighed more heavily than the remaining past performance subfactors. All other non-price evaluation factors specified in this solicitation weigh equally, unless otherwise indicated.[X] SPRS Assessments (PROC NOTE L08)(EProcurement)[ ] PPIRS-RC Assessments[ ] Historical Quality (not captured in SPRS)[ ] Historical Delivery Schedule Compliance(not captured in SPRS)[ ] Other (specify):(End of Notice)DAAN-13-01 (ALT I) Evaluation and Award for Simplified Acquisitions(ALT I) (March 2018)(b) Non-Price Factors. Quoted delivery and past performance will be evaluated equally, unless indicated otherwise below.( ) Quoted delivery is weighed more heavily than past performance.( ) Past Performance is weighed more heavily than quoted delivery.(End of Notice)DAAN-13-05 Quote Submission Method (March 2017)Quotes in response to this solicitation may be submitted by the following method(s) as indicated below:__X__ Upload Proposals on the DLA Internet Bid Board System (DIBBS) at: https://www.dibbs.bsm.dla.mil/default.aspx____Buyer’s Facsimile: _____________________Buyer’s e-mail address: _________________*Note: E-mailed RFQs must not exceed 15 MB. Proposals greater than 15 MB must be submitted using multiple emails.(End of Notice)DAAN-13-06 All or None for Simplified Acquisitions (September2019)DAAN-09-05 First Article Testing (Contractor)Contractor First Article Test (FAT) Report1 EACH = 1 FAT ReportNumber of units to be tested: 1Disposition of FAT units: 04 DELIVER PART OF PROD QTYFor Testing:Inspection: OriginAcceptance: DestinationFOB: DestinationShip To: Procuring Contracting Officer (PCO) listed on the “Issued By” block of this award. Provide an information copy to the Administering Contracting Officer if different than the PCO.Delivery Schedule:45 Days ARO: Submit Test Report60 Days: Government Review and Notification to Contractor310 Days: Completion & Shipment of Production Units____________________415 Total Days ARODAAN-46-02 May 2018 PRODUCTION LOT TESTING (CONTRACTOR)Production Lot Test (PLT)1 EACH = 1 PLTNumber of units to be tested =_______For Testing:Inspection: OriginAcceptance: DestinationFOB: DestinationShip To: Procuring Contracting Officer (PCO) listed on the “Issued By” block of this award. Provide information copy to the Administering Contracting Officer if different than the PCO.Delivery Schedule:310 Days: Completion of Production Units (to include PLT samples) & Submission of PLT Report180 Days: Government PLT Report Evaluation and Notification to Contractor30__ Days: Delivery of production quantity to Government__________________________________520 Total Days ARO(End of Notice)

ASC SUPPLIER OPER OEM DIVISION 8000 JEFFERSON DAVIS HIGHWAY  RICHMOND , VA 23297  USALocation

Place Of Performance : ASC SUPPLIER OPER OEM DIVISION 8000 JEFFERSON DAVIS HIGHWAY RICHMOND , VA 23297 USA

Country : United StatesState : Virginia

You may also like

Combined Synopsis/Solicitation - Gym Memberships

Due: 26 Apr, 2024 (in 6 days)Agency: INTERNATIONAL TRADE COMMISSION, UNITED STATES (DUNS # 02-1877998)

L1599-C3 GENERAL

Due: 08 May, 2024 (in 18 days)Agency: Worcester Regional Airport

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 336412Aircraft Engine and Engine Parts Manufacturing
pscCode 2840Gas Turbines and Jet Engines, Aircraft, Prime Moving; and Components