AAR Unison SPE4A223RX000

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A223RX000

Basic Details

started - 08 Feb, 2023 (14 months ago)

Start Date

08 Feb, 2023 (14 months ago)
due - 23 Feb, 2023 (14 months ago)

Due Date

23 Feb, 2023 (14 months ago)
Pre-Bid Notification

Type

Pre-Bid Notification
SPE4A223RX000

Identifier

SPE4A223RX000
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (707822)DEFENSE LOGISTICS AGENCY (DLA) (282558)DLA AVIATION (118083)DLA AV RICHMOND (98464)DLA AVIATION (118083)

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.

This is a synopsis for items prepared in accordance with FAR Part 12 and/or FAR Part 15.This solicitation will contain 33 National Stock Numbers (NSNs) for the various aircraft engine components. This solicitation will be solicited for award of a firm fixed price contract for all (not part) of the listed NSNs. The approved source is Unison Industries, LLC. (59501), which gave sole exclusive distribution for the below NSNs to AAR Supply Chain, Inc. (1Y249). The below NSNs will have variable quantities for a five year period with 5 option years. The FOB: Origin; Inspection/Acceptance: Varies. 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. The solicitation issue date is on or about 1 April
2023.002150106002572854003499468003712252003712253003733825004168257005035775005874081006135371006735751006780870006931674007169596011269465011315093015695471011354357011526308011716638012152608012212521012212522012829497013159955013200965013214949013267505014086305014263567014622321015218477015337594Conditions for evaluation and acceptance of offers for part numbered items cited in the Acquisition Item Description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c) (2) of clause 52.217-9002, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror’s product is equal to the product cited in the AID. To receive an award, regardless of dollar value, you must be registered in system for award management (SAM). SAM registration is at https://www.sam.gov. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis 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.Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, 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 for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (tammy.birdsong@sba.gov). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.Please contact the Acquisition Specialist for a copy of the solicitation.

Richmond ,
 VA  23237  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Richmond

You may also like

EGRANTS MODERNIZATION

Due: 19 Mar, 2026 (in 23 months)Agency: NATIONAL HIGHWAY TRAFFIC SAFETY ADMINISTRATION

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 2925Engine Electrical System Components, Aircraft Prime Moving