FY23 NIAC_73030_99167 Multiple NSNs / End Items

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A524R0001

Basic Details

started - 18 Sep, 2023 (7 months ago)

Start Date

18 Sep, 2023 (7 months ago)
due - 04 Oct, 2023 (7 months ago)

Due Date

04 Oct, 2023 (7 months ago)
Bid Notification

Type

Bid Notification
SPE4A524R0001

Identifier

SPE4A524R0001
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (710996)DEFENSE LOGISTICS AGENCY (335364)DLA AVIATION (118622)DLA AV RICHMOND (98911)DLA AVIATION (118622)

Attachments (2)

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.

Solicitation Number: SPE4A524R0001Title: FY23 NIAC_73030_99167 Multiple NSNs / End ItemsDefense Logistics Agency (DLA) Aviation, Richmond proposes to issue a Letter Request for Proposal (RFP) to support A DLA Strategic Initiative. This strategic effort includes multiple NSNs to support various sole sourced weapon systems / operational platforms. A total of (21) NSNs for various platforms / weapon systems are targeted for this RFP and contract action. OEM Collins Aerospace, CAGE 73030/99167 has been identified as the approved source of supply for the listed items; therefore, the proposed action is intended to be awarded on a sole source basis to the OEM. It is anticipated that (21) items will be awarded and priced with lead-times as add-ons to Subsumable Contract: SPE4AX-18-D-9407 / SPE4AX-22-D-9404 designated under existing Umbrella Long-Term Contract (LTC): SPE4AX-18-D-9402.It is the Government's intent to use a letter solicitation format to the sole source Original Equipment
Manufacturer (OEM); therefore, if a non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. These items have been identified as sole source; however, some items may have history showing awards to other than the OEM. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLA Procurement Note 04, Government Surplus Property Material or adequate traceability documentation to show that the product is acceptable. (Note: DLA Procurement Note M05 Evaluation Factor for Unused Former Government Surplus Property will apply, and other Aviation sites will provide their equivalent surplus documentation, as applicable). Responses to this announcement from other than the OEM should identify items of interest and include evidence of ability to supply the items in accordance with the aforementioned acquisition strategy. In addition, respondents should identify the available quantities, prices, and lead-times. DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the government. Responses to this announcement from other than the OEM are required by Tuesday, October 3, 2023. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (Michael.Massello@sba.gov).If your company desires to be reviewed and qualified as an “Approved Source” for the item in the Sources Sought Workbook, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached AVN SAR Submit Instructions SAFE document. A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item, which DLA Aviation is procuring. (Note: To submit your SAR please send an email to: dlaavnsmallbus@dla.mil, subject "request a SAR drop off". After we receive your email request a "request for drop off" will be returned, where you can download your file. Include CAGE code, the NSN and the email address where you want to receive the link. For guidance on completing a SAR package please review the Source Approval Handbook. Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts).Export Control:Items cited require data which is restricted to contractors certified by DoD to access unclassified data per DoD 5220.22M. Certification is obtained by submitting DD Form 2345, Military Critical Technical Data Agreement, to the Defense Logistics Information Services.FAR Part 19 and associated small business program contract clauses apply. The SBA Subcontracting Network (SUBNET) and Dynamic Small Business Search database must be utilized to identify small business sources. In addition, Individual Subcontract Reports (ISRs) and Summary Subcontract Reports (SSRs) are required to be submitted using the Electronic Subcontracting Reporting System (eSRS) (esrs.gov). Registration and self-certification shall remain valid in the System for Award Management (SAM) database (sam.gov) throughout the contract periods.Additionally, letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified Original Equipment Manufacturer (OEM). FAR Parts 12 / 15 procedures may apply. The attached (21) NSNs have been identified for the current procurement. If other NSNs are subsequently added, as defined by this strategic initiative and contract terms, they will be synopsized separately. The anticipated closing date is Friday, November 3, 2023.Contracting Office Address:6090 Strathmore Rd.Richmond, Virginia 23237United States

Richmond ,
 VA  23237  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Richmond

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 1680Miscellaneous Aircraft Accessories and Components