The RFP Database
New business relationships start here

NSNs 5120-01-206-1787, 5120-01-389-6902, 5365-01-203-0650, 5365-01-322-2480


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-0839, for long-term strategic contract which will include NSNs 5120-01-206-1787, 5365-01-322-2480, 5365-01-203-0650, 5120-01-389-6902.  The NSN supports the following weapon system (WS)/ operational platforms: WS: FA-18 Aircraft and B-2 Bomber Aircraft.


 A total of 4 NSNs are targeted for this contract effort. It is anticipated that 4 NSNs will be priced for the initial contract award. The proposed action is intended to be awarded competitively on a full & open competition on an unrestricted basis with one resulting award. The proposed contract will be for a total 3 year period of performance (Base and 2 Option Years). 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, Indefinite Quantity Contract in accordance with Federal Acquisition Regulations (FAR) part 15.  NSNs 5120-01-206-1787, 5365-01-322-2480, 5365-01-203-0650, 5120-01-389-6902 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. This will be a competitively awarded contract and best value selection methods will be used. The Government will award a single contract for this action.


FOB is origin with Inspection and Acceptance at Origin for stock locations within the Continental United States (CONUS).     Surge and sustainment is not required. 

NSN 5120-01-206-1787: The Estimated Annual Demand (EAD) for the base year and for the option year thereafter is 7 each.   The guaranteed minimum quantity for the base year only is 2 each.  The minimum delivery order quantity for the base year and option years is 2 each. The maximum delivery order quantity for the base year and option year is 7 each. The maximum annual contract for the base year and option year quantity is 11 each.  The requested delivery is 18 days after receipt of order (ARO).

NSN 5365-01-322-2480: The Estimated Annual Demand (EAD) for the base year and for the option year thereafter is 28 each.   The guaranteed minimum quantity for the base year only is 7 each.  The minimum delivery order quantity for the base year and option years is 7 each. The maximum delivery order quantity for the base year and option year is 28 each. The maximum annual contract for the base year and option year quantity is 43 each.  The requested delivery is 62 days after receipt of order (ARO).

NSN 5365-01-203-0650: The Estimated Annual Demand (EAD) for the base year and for the option year thereafter is 19 each.   The guaranteed minimum quantity for the base year only is 5 each.  The minimum delivery order quantity for the base year and option years is 5 each. The maximum delivery order quantity for the base year and option year is 19 each. The maximum annual contract for the base year and option year quantity is 29 each.  The requested delivery is 120 days after receipt of order (ARO).

NSN 5120-01-389-6902: The Estimated Annual Demand (EAD) for the base year and for the option year thereafter is 4 each.   The guaranteed minimum quantity for the base year only is 1 each.  The minimum delivery order quantity for the base year and option years is 1 each. The maximum delivery order quantity for the base year and option year is 4 each. The maximum annual contract for the base year and option year quantity is 6 each.  The requested delivery is 116 days after receipt of order (ARO).


The solicitation will be posted on or around 09/05/2017 with a closing date of 10/04/2017. 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.


Benjamin B. Demeter, Phone 8042793684, Email benjamin.demeter@dla.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP