AAR Unison SPE4A223RX000
Agency: | DEPT OF DEFENSE |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159101481463257 |
Posted Date: | Feb 8, 2023 |
Due Date: | Feb 23, 2023 |
Solicitation No: | SPE4A223RX000 |
Source: | https://sam.gov/opp/c8bbbbfd0e... |
Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.
- Contract Opportunity Type: Presolicitation (Original)
- All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Feb 08, 2023 12:23 pm EST
- Original Response Date: Feb 23, 2023 05:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date:
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 2925 - ENGINE ELECTRICAL SYSTEM COMPONENTS, AIRCRAFT PRIME MOVING
-
NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
-
Place of Performance:
Richmond , VA 23237USA
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.
002150106
002572854
003499468
003712252
003712253
003733825
004168257
005035775
005874081
006135371
006735751
006780870
006931674
007169596
011269465
011315093
015695471
011354357
011526308
011716638
012152608
012212521
012212522
012829497
013159955
013200965
013214949
013267505
014086305
014263567
014622321
015218477
015337594
Conditions 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.
- ASC SMSG DIV SPECIAL ACQUISITION 6090 STRATHMORE ROAD
- RICHMOND , VA 23237
- USA
- Kevin Brown
- Kevin.Brown@dla.mil
- Phone Number 8042793201
- Patrick Finegan
- Patrick.Finegan@dla.mil
- Phone Number 8042796659
- Feb 08, 2023 12:23 pm ESTPresolicitation (Original)
- Jan 24, 2023 04:02 pm EST Sources Sought (Original)
TRY FOR FREE
Not a USAOPPS Member Yet?
Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.