The RFP Database
New business relationships start here

1650-01-260-3685 Cylinder Assembly


Virginia, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

 

This agency proposes to issue solicitation, SPE4A6-18-R-0337, for long-term strategic contract that will include NSN 1650-01-260-3685 Cylinder Assembly. 


 A total of 1 NSN is targeted for this contract effort. It is anticipated that 1 NSN will be priced for the initial contract award. The proposed action is intended to be awarded on an other than full & open competition as an unrestricted procurement that will result in a single award. The Procurement Item Description (PID) cites approved sources The Boeing Company CAGE 81205 part number DAA3221A601-003 and Federal Industries, Inc. CAGE 65506 bpart number DAA3221A601-003. The proposed contract will be for a total 5-year period of performance (Base Year plus 4 option years). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturers.


This is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15.  Item is a not a Critical Safety Item (CSI). NSN 1650-01-260-3685 is the item that have been identified for this current action. If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately. NSN is FOB destination with inspection and acceptance at origin/origin for stock locations within the Continental United States (CONUS).  Higher quality requirements are applicable.    Unit of issue is each (EA). Surge and sustainment is not required.  The Estimated Annual Demand (EAD) for the base year and all option years is 10 each.   The guaranteed minimum quantity for the base year only is 3 each.     The minimum delivery order quantity for the base year and all option years is 3 each.    The maximum delivery order quantity for the base year and all option years is 10 each.    The maximum annual contract for the base year is 15 each for a total of 75 each for all 5 years.     The requested delivery is 178 days after receipt of order (ARO).  The highest priority weapon system code is  FMF with an end item of Aircraft B-2 Bomber (ATB). The solicitation will be posted on or around March 13, 2018 with a closing date of April 13, 2018. Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) applies.   Final contract award decision may be based upon Price, Past Performance, and other Evaluation factors as described in the solicitation.  A copy will be available via DLA Internet Bid Board System at https://www.dibbs.bsm.dla.mil. 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.


Julie A. Tillery, Phone 8042793537, Email julie.tillery@dla.mil - Arla Allen, Contracting Officer, Phone (804)279-6133, Fax (804)279-6172, Email Arla.Allen@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP