The RFP Database
New business relationships start here

Phase III - Multiple Items Requirement for Sikorsky Aircraft Corp., UH-60 Airframe, Sole Source


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

No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA GA-AC, Janeze Allison, Contracting Officer, via email Janeze.Allison@dla.mil.


Defense Logistics Agency (DLA) intends to issue a solicitation to add the attached list of items that are sole source to Sikorsky Aircraft Corporation (SAC) to contract SPE4AX-15-D-9415 - a multiple year, Requirements Type Contract (RTC). The solicitation is intended to be on a sole source basis using Other Than Full and Open Competition as prescribed by FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The contract includes two (2) three (3) year pricing periods and a four (4) year pricing period for a potential duration of ten (10) years. The contract type is Fixed Price with Prospective Price Redetermination. This acquisition will include Depot Level Reparable (DLR) items managed by the U.S. Army and the Defense Logistics Agency-Aviation. The items are categorized in multiple Federal Supply Classes (FSC) and ordered by National Stock
Number (NSN). A population of 13 NSNs shall be solicited.


Alternate offerors must submit a complete technical data package for each NSN for approval in order to be considered. Any items found to be competitive after award of the contract or become competitive after award, will be removed from the contract. Items in the solicitation population are sole source to SAC Commercial and Government Entity, CAGE code 78286; however, this may expand after contract award. Items are FOB Origin with inspection/acceptance at origin. DLRs may be shipped from SAC to a customer within the Continental United States (CONUS), if required, as well as FMS orders. The NSNs, part numbers, and annual estimated quantities for the initial population are available in the attached Identification of Requirements (IOR). Any supplies to be furnished under this resulting contract will be ordered by issuance of a delivery order.


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, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. In addition, respondents should identify quantity available and price. The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.


All offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the following website: http://amcomdmz.redstone.army.mil/casl_cmo/casldba.casl_cmo_samsar. Select AMCOM Spare Parts Manufacturing or Distributor SAR.


All responsible sources may submit an offer, which shall be considered by the Agency. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies.


THIS ACQUISITION CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 121470. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT.


THIS ACQUISITION CONTAINS DATA WHICH IS CONSIDERED CRITICAL TECHNOLOGY AND HAS BEEN RESTRICTED FOR RELEASE OUTSIDE THE UNITED STATES. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT APPROVAL OF THE GOVERNMENT.


Janeze Allison, Contracting Officer, Phone 804-279-1055, Email janeze.allison@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP