PR#:1000060084Solicitation Number: SPE5EC18R0002NSN: 5330013526627Nomenclature: Plain Encased Seal Approved Sources: General Electric Company DBA GE 07482 P/N 1522M55P04Jet Avion Corporation DBA Heico 14236 P/N JA1522M55P04CFM International, Inc. 58828 P/N 1522M55P04Quality Requirement: Airforce Critical Safety Item (CSI) There are no First Article Test (FAT) or Production Lot Testing (PLT) requirements material provided by Approved Sources, however QAP EQ003 Revision A applies. RFP Due Date: November 14, 2017 3:00 PM Anticipated award date: December 29, 2017 This solicitation for a long term contract for a Airforce designated (CSI), Plain Encased Seal as note above. The resultant Long Term Contract (LTC) will have a base period of 2 years, followed by three "one" year Government Exercised Option periods. Economic Price Adjustments (EPA) will apply in accordance with DLAD 52.216-9030 as set forth in solicitation SPE5EC18R0002. There are "no" FAT or PLT requirements for
this CSI if provided by Approved Sources. This LTC requirement is being solicited under the Federal Acquisition Regulations (FAR) Part 13.5, Simplified Procedures for Certain Commercial Items on an unrestricted basis. The Annual Estimated Quantity (AEQ) for this item is approximately 138 each per year. The required CSI is used on the jet engines of various commercial aircraft engines, is not military unique and therefore has been determined a commercial item. A Small Business Subcontracting Plan (if Offeror is a large business) will be required if the award total exceeds $700,000.00 respectively. This acquisition is being solicited on an unrestricted basis. Delivery including FAT is 275 days. This solicitation contains no Surge and Sustainment (S&S) requirements. Quality requirements are noted within QAPs: EQ003 Revision A. The item will be source inspected & be evaluated using FOB Origin. All deliveries will be packaged, marked and bar coded in accordance with the specifications of the solicitation. The Government will award a contract resulting from this solicitation based on past performance evaluations as permitted under FAR 13.5 and whose offer conforms to the terms of the solicitation. For additional information, please contact A. Albert Meloni at 215-737-9165 or email a request to A.Albert.Meloni@dla.mil. Attachments to the solicitation include Offer Pricing Spreadsheet. The solicitation will be post in DIBBS.
Location
Place Of Performance : 700 Robbins Avenue Philadelphia, Pennsylvania 19111-5096 United States