Federal Bid

Last Updated on 27 Oct 2020 at 11 PM
Solicitation
Richmond Virginia

CJADD FY2021

Solicitation ID SPE4A221RX000
Posted Date 27 Oct 2020 at 11 PM
Archive Date 25 Nov 2020 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Aviation
Agency Department Of Defense
Location Richmond Virginia United states 23297

This solicitation will contain four NSNs:

NSN:1560016302797/FITTING, STRUCTURAL/PT#527-19220-3/NAICS 336413/WSDC:05F/AIRCRAFT, STRATOLIFTER C/KC135/CAGE:0LRY9/335 ARO FOB: Origin/ESTIMATED QTY:102/AMC:3C

NSN:5310014668912/WASHER FLAT/PT#66-2955-4/NAICS 332722/WSDC:05F/AIRCRAFT, STRATOLIFTER C/KC135/CAGE:17765/496 ARO FOB: Origin/ESTIMATED QTY:4676/AMC:3P

NSN:1560011526469/SUPPORT, STRUCTURAL   PT#458-58507-1/NACIS 336413/WSDC:05F/AIRCRAFT, STRATOLIFTER C/KC135/CAGE:82918/450 ARO FOB: DESIGNATION/ESTIMATED QTY:268/AMC:3C

NSN:1560011837256/SUPPORT, STRUCTURAL   PT#65C20586-501/NACIS 336413/WSDC:05F/AIRCRAFT, STRATOLIFTER C/KC135/CAGE:81205/250 ARO FOB: Origin/ESTIMATED QTY:61/AMC:3P

The original equipment manufacturer and only approved sources is BOEING (listed above). This procurement is unrestricted. The NSN and quantity are listed above.  This is a proprietary item to Boeing Inc (codes listed above).  This solicitation will be issued in accordance with (IAW) 10 U.S.C. 2304(c) (1), other than full and open competition.

Conditions for evaluation and acceptance of offers for part numbered items cited in the 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.

The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with the approved sources. 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.

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.

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 ([email protected]).  The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.

The anticipated letter solicitation issue date will be11/11/2020 and anticipated close date will by 12/12/2020 by close of business at 2:00 PM [EST]. The solicitation will be available via the DLA-BSM Internet Bid Board System (DIBBS) website. You may request a copy by contacting the Acquisition Specialist.

The Acquisition Specialist for this requirement is Ketwana Wright, telephone (804) 279-3128, fax (804) 279- 5983, email [email protected].

Bid Protests Not Available

Similar Past Bids

Philadelphia Pennsylvania Not Specified
Springfield Illinois 24 Mar 2020 at 4 AM
Franklin Massachusetts Not Specified
Richmond Virginia 14 Jul 2021 at 11 PM