SPE4A523Q0762, BRACKET AND LEVER,F, 2915007280039, 710181-2
Agency: | |
---|---|
Level of Government: | Federal |
Category: |
|
Opps ID: | NBD00159592909685261 |
Posted Date: | Sep 29, 2023 |
Due Date: | Sep 16, 2023 |
Source: | https://sam.gov/opp/c010f4ff76... |
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: Combined Synopsis/Solicitation (Original)
- All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
- Original Published Date: Sep 29, 2023 03:57 pm EDT
- Original Date Offers Due: Sep 16, 2023 05:00 pm EDT
- Inactive Policy: 15 days after date offers due
- Original Inactive Date: Oct 01, 2023
-
Initiative:
- None
- Original Set Aside:
- Product Service Code: 2915 - ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS
-
NAICS Code:
- 336412 - Aircraft Engine and Engine Parts Manufacturing
-
Place of Performance:
Richmond , VA 23237USA
A request for quote (RFQ), will be issued. A copy of the solicitation will be issued via the
DLA Internet Bid Board System (DIBBS). The item is sole source to Ontic Engineering (45934)
The item is covered by a Class Justification and Approval
for Other Than Full and Open Competition.
Approved Source: ONTIC ENGINEERING AND MANUFACTURING,
Cage: 45934
P/N: 710181-2
NSN: 2915-007280039
Item: BRACKET AND LEVER,F
Item Application: CH-53 HELICOPTER
QTY: 178.00 each
Requested Delivery: 255 DARO
COTS: Yes
Surge: No
CSI: No
Options: None
Inspection & Acceptance: Origin
FOB: Origin
Point of Contact: RASULBEK KILICHEV; 804-807-4373; Rasulbek.kilichev@dla.mil
The proposed contract action is for supplies for which the Government intends to solicit
and negotiate with only one or a limited number of sources under the authority of FAR
6.302.1. 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 fifteen days after date of publication
of this synopsis/solicitation 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.
One or more of the items under this acquisition may be subject to Agreement on
Government Procurement approved and implemented in the United States by the Trade
Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All
interested supplier may submit an offer.
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. In accordance with 10 U. S. C. 2304 (c) (1), other than full
and open competition applies.
Conditions for evaluation and acceptance of offers for part numbered items cited in the
acquisition identification description (AID). This agency has no data available for
evaluating the acceptability of alternate products offered. In addition, clause 52.217-
9002 has been replaced by procurement notices M06 and L04 which can be found at
http://www.dla.mil/Portals/104/Documents/J7Acquisition/DLAD Procurement Notes-
Effective 12-15-17.pdf? ver=2017-12-15-091527-907
Surplus dealers and small business dealers and distributors are invited to respond to
this synopsis. The response should include a completed surplus certificate, DLAD
52.211-9000, which has been replaced by Procurement Note C04, or adequate
traceability documentation to show product is acceptable. DLA will consider all such
responses and may alter the acquisition strategy if purchase of existing surplus or
newly-manufactured inventory through a dealer is in the best interests of the
government. This acquisition is being conducted on an all-or none basis.
This is a combined synopsis/solicitation for commercial items prepared in accordance
with the format in Subpart 12.6, as supplemented with additional information included in
this notice. This announcement constitutes the only solicitation; proposals are being
requested and a written solicitation will not be issued.
• The solicitation number is SPE4A523Q0762 issued as a request for quote (RFQ).
• The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-75, dated June 24, 2014.
• This acquisition is unrestricted; no set-aside applies.
• Solicitation line item: See information above.
• Requirements for the items to be acquired: The only acceptable manufacturing
source for this item is Ontic Engineering (45934)
• Dates and places of delivery will vary according to lead time and stock position
at DLA warehouses.
• The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this
acquisition.
• The provision at 52.212-2, Evaluation-Commercial Items, applies. A best-value
award determination will be made with price and past performance utilizing the
Supplier Performance Risk System (SPRS)receiving approximately equal
weighting and other evaluation factors as described in the solicitation.
• An offeror must include a completed copy of the provision at 52.212-3, Offeror
Representations and Certifications-Commercial Items, with the offer
• The clause at 52.212-4, Contract Terms and Conditions-Commercial Items,
applies to this acquisition.
• The clause at 52.212-5, Contract Terms and Conditions Required to Implement
Statutes or Executive Orders-Commercial Items, applies to this acquisition.
• The following additional clauses have been determined by the contracting officer
to be necessary for this acquisition. In the event that Ontic Engineering and
Manufacturing, Cage 45934 does not appear to be best value for any particular
part upon evaluation of offers, such part(s) removed from this solicitation and may
be re solicited separately.
• Defense Priorities and Allocations System (DPAS) rating DO-C9 apply to items
that are not commercial off-the-shelf (COTS). No DPAS rating applies to COTS
items.
• The final contract award decision may be based upon a combination of price, past
performance and other evaluation factors as described in the solicitation utilizing
the Supplier Performance Risk System (SPRS) All responsible sources may
submit an offer that will be considered. You must be registered in the System for
Award Management
(SAM). SAM registration is at http://www.sam.gov
• The date, time and place offers are due by email to rasulbek.kilichev@dla.mil by 5:00 PM Eastern Standard Time, on October 16, 2023.
• The name and telephone number of the individual to contact for information
regarding the solicitation is: Rasulbek Kilichev, at 804-807-4373
Email: rasulbek.kilichev@dla.mil
- ASC SUPPLIER OPER OEM DIVISION 6090 STRATHMORE ROAD
- RICHMOND , VA 23237
- USA
- Rasulbek Kilichev
- Rasulbek.Kilichev@dla.mil
- Phone Number 804-279-2372
- Trina Vanstory
- TRINA.VANSTORY@DLA.MIL
- Phone Number 804-279-3750
- Sep 29, 2023 03:57 pm EDTCombined Synopsis/Solicitation (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.