The RFP Database
New business relationships start here

400-01-219-2408 & 5342-01-296-9750


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, SPE4A6-17-R-0536, for long-term strategic contract that will include NSNs 4010-01-219-2408 Rope, Wire and 5342-01-296-9750 Latch Aircraft. 


 A total of 2 NSNs are targeted for this contract effort. It is anticipated that 2 NSNs 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 may result in multiple awards. The Procurement Item Description (PID) for both NSNs cites sole source vendor Breeze -Eastern LLC CAGE 08484. The proposed contract will be for a total 2-year period of performance (Base Year plus 1 option year). Letters expressing interest in subcontracting provided to the Contracting Officer will be forwarded to the identified manufacturer.


This is proposed to be a non-commercial effort. The proposed contract will be a firm fixed price, multi-NSN Indefinite Quantity Contract (IQC) in accordance with Federal Acquisition Regulations (FAR) part 15.  NSNs 4010-01-219-2408 Rope, Wire and 5342-01-296-9750 Latch Aircraft are the items 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 4010-01-219-2408 is FOB destination with inspection and acceptance at origin/origin for stock locations within the Continental United States (CONUS).   NSN 5342-01-296-9750 is FOB destination with inspection and acceptance at origin/origin for stock locations within the Continental United States (CONUS).     Higher quality level does apply to both NSNs.   Unit of issue is each (EA) for both NSNs. Surge and sustainment is not required for either of the NSNs.  The Estimated Annual Demand (EAD) for the base year and for the option year thereafter is 74 each for NSN 4010-01-219-2408 and 7 each for NSN 5341-01-296-9750.   The guaranteed minimum quantity for the base year only is 19 each for NSN 4010-01-219-2408 and 2 each for NSN 5341-01-296-9750.     The minimum delivery order quantity for the base year and option year is 19 each for NSN 4010-01-219-2408 and 2 each for NSN 5341-01-296-9750.    The maximum delivery order quantity for the base year and option year is 74 each for NSN 4010-01-219-2408 and 7 each for NSN 5341-01-296-9750.    The maximum annual contract for the base year and option year quantity is 112 each for NSN 4010-01-219-2408 and 12 each for NSN 5341-01-296-9750.     The requested delivery is 68 days after receipt of order (ARO) for 4010-01-219-2408 and 59 days for 5342-01-296-9750. The highest priority weapon system code for NSN 4010-01-219-2408 is YLN with an end item of Helicopter Seahawk H-60 and  for NSN 5342-01-296-9750 it is 41N with an end item of Helicopter CH-53A/D/E. The solicitation will be posted on or around May 24, 2017 with a closing date of June 26, 2017. 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

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP