Federal Bid

Last Updated on 20 Dec 2013 at 9 AM
Solicitation
Location Unknown

Z9N, FA-18 GROWLER AIRCRAFT, SPRING CARTRIDGE

Solicitation ID SPE4A613R1199
Posted Date 18 Jul 2013 at 8 PM
Archive Date 20 Dec 2013 at 5 AM
NAICS Category
Product Service Code
Set Aside Total Small Business (SBA) Set-Aside (FAR 19.5)
Contracting Office Dla Aviation - Bsm
Agency Department Of Defense
Location United states
07/18/2013 - Modified to cancel solicitation SPE4A6-13-R-1199 in its entirety.

 07/17/2013 - Modified to revise the issue date/closing date to 07/23/2013 and 08/22/2013 , to remove DCX/CHOL as an approved source and to correct CAGE code for DCX/CHOL to read  27456. All other terms an dconditions remain the same. 

Solicitation number is SPE4A6-13-R-1199, SC1000011353, Z9N -FA-18, GROWLER AIRCRAFT,  SPRING CARTRIDGE ASSEMBLY,  National Stock Number, 1440-01-179-3550. This solicitation is 100% Small Business Set-Aside, Surge and Sustainment is not requirement for this NSN. This is not a commercial item. NAVY CRITICAL SAFETY ITEM.  The solicitation is in accordance with drawing 704AS4005 (30003) ,  Rev F, dtd  08/26/1998, PART PIECE NUMBER - 704AS4005. Approved Sources are : Klune Industries, CAGE 05DN8, Raytheon Technical Services Company, CAGE 072E5, Solo Enterprises, CAGE 09245, Marvin Engineering, CAGE 32067 and DCX/CHOL, CAGE 32067. A Configuration & Export Control drawing applies. Critical Application Item applies. Government First Article Testing applies for 3 samples, Submission of Test Report 180 days and Government Evaluation 120 days, Delivery After Approval of FAT is 230 days . A provision will be included in the solicitation regarding the waiver of FAT. If waiver of FAT is requested, supporting data must be submitted along with the offer. The solicitation will result in Indefinite Quantity Contract (IQC) for one (1) base year plus four (4) option years. The Guaranteed Minimum Quantity for the base year only is 10 each.  The Estimated Annual Demand (EAD) for the base year and four (4) option years is 24 each. The  minimum delivery order quantity for the base year and each option year is 10 each. The maximum delivery order quantity for the base year and each option year is 38 each. FOB is Destination with Inspection and Acceptance at Origin for stock locations within the Continental United States (CONUS). .  Past contractor performance will be based on Past Performance Information Retrieval System (PPIRS).  Anticipated issue date is July 05, 2013 with a closing date of  August 05, 2013. This solicitation includes provision 52.215-9033, Reverse Auction. Since a Reverse Auction may be conducted, offers are encourage to access the Procurex System and review the Reverse Auction help tutorials at: DLA.PROCUREXINC.COM.  A copy of the solicitation will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil  on July 05, 2013.   RFP/IFB(s) are in portable document format (PDF). To download, you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. A paper copy will not be available to requestors. The solicitation will be issued on July 05, 2013.

 

 

Bid Protests Not Available

Similar Past Bids

Richmond Virginia 16 Dec 2020 at 9 PM
Location Unknown 05 Feb 2014 at 6 PM
Location Unknown 12 Dec 2013 at 8 PM
Location Unknown 23 Jan 2018 at 4 PM
Location Unknown 23 Mar 2015 at 3 PM

Similar Opportunities

Richmond Virginia 10 Jul 2025 at 7 PM
Philadelphia Pennsylvania 14 Jul 2025 at 6 PM
Philadelphia Pennsylvania 14 Jul 2025 at 6 PM