Virginia Bids > Bid Detail

SPE4A119G0018P00022

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159988554416661
Posted Date: Nov 17, 2022
Due Date: Dec 2, 2022
Solicitation No: SPE4A119G0018P00022
Source: https://sam.gov/opp/200fddf258...
Follow
SPE4A119G0018P00022
Active
Contract Opportunity
Notice ID
SPE4A119G0018P00022
Related Notice
SPE4A519RX013P00022
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AV RICHMOND
Office
DLA AVIATION
Looking for contract opportunity help?

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.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 17, 2022 11:02 am EST
  • Original Response Date: Dec 02, 2022 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Richmond , VA 23234
    USA
Description

Title: Various NSNs; Boeing (CAGE 0PXV4), P/N: Various



This solicitation will contain 96 National Stock Numbers (NSNs) for the AV8B, B-1B, B-52, C-17, KC-135 Aircrafts. 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 DBA Bell Boeing, CAGE 0PX4 for the below part numbers. The below NSNs will have variable quantities for a three-year period with no 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 17 November 2022. The anticipated award date is on or around 10 December 2022.





5975003079419



4730005369575



5310005599185



1560006306107



531006371030



3120006627221



1560007009007



1560007412605



1560007777919



9390007921501



4730008448635



5340010295862



4710010324001



5340010409561



5340011253864



1560011353132



1730011529418



1560011681895



1650011723543



1560011884075



1730011915735



5342012099657



5305012124538



1560012124909



1560012170099



1680012194628



4720012554940



5340012598570



5975012607134



5315012692251



5315013423522



4820013430883



5306013431029



5365013442578



1730013454871



1560013512119



5315013518642



1670013554263



1560013571936



4730013582493



3040013638165



5365013640030



1730013687713



1560013880174



5320013927005



1660013981928



1680014341140



5995014354504



5995014354507



1560014364539



4730014383701



4710014443331



5975014517905



4010014526054



5305014527665



1560014540058



5360014641812



1560014648801



1560014721284



1560015306007



1560015459658



1680015533034



1680015533038



3655015551193



1680015554546



3130015866594



1560015959331



5935015959675



5330015980887



1560016003304



1560016003306



5340016248280



5315016319649



5975016430892



1560016493133



4710016639018



1680016687469



3040016693738



5360016736736



1560016742430



1560016762280



1560016763977



1560016764045



5330016772758



1560016774497



1560016774497



3120016775229



4710016775390



4710016775401



5340016775644



5340016776090



6150016776340



6150016776344



6150016776501



1560016858589











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.





It is the Government’s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. 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.





Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.





Please contact the Acquisition Specialist for a copy of the solicitation.


Attachments/Links
Contact Information
Contracting Office Address
  • ASC SUPPLIER OPER OEM DIVISION 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA
Primary Point of Contact
Secondary Point of Contact
History

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.

Start Free Trial Today >