SOLICITATION NOTICE
31 -- Consumable items for repair of constant speed drives, F-15 and F-16, Collins Aerospace Sole Source
- Notice Date
- 2/25/2025 9:57:20 AM
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4AX25R0014
- Response Due
- 4/30/2025 11:00:00 AM
- Archive Date
- 05/15/2025
- Point of Contact
- John Whaley, Phone: 8042795213
- E-Mail Address
-
john.whaley@dla.mil
(john.whaley@dla.mil)
- Description
- Issue date: 02/25/2025 Closing Date: 04/30/2025 Type of Procurement: Requirements Corporate Contract DLA Direct (Stock) NIIN(s): Varies, see attached NIIN listing in Excel The proposed acquisition will be the third add population for Collins Aerospace contract SPE4AX25D9402. Basic contract expiration date is 4/30/2028. Items(s) are sole source to Collins CAGE 73030/99167 but licensed to Collins CAGE 0SVE9. Item(s) are covered by a Class Justification and Approval for Other Than Full and Open Competition document. Critical Items. None of these parts are Critical Safety Items. Surge and Sustainment applies for some items. Nomenclature: Varies, see attached NIIN listing in Excel End Item Application: F-15 and F-16 Aircraft Quantity: Varies, see attached NIIN listing in Excel. Pricing for 2025-2028 requested. Options: No option. Inspection & Acceptance: Origin FOB: Origin Approved sources: Collins Aerospace, CAGE 73030/99167. Packaging and Marking: Disregard references to commercial packaging called out in the PID/PACK attachment. This is a DLA-Direct contract and the items referenced in this solicitation will be moving through the military distribution system. Packaging in accordance with MIL-STD-2073 Standard Practice for Military Packaging applies. Items will be marked in accordance with the latest revision MIL-STD-130 Identification Marking of U.S. Military Property. The Contractor shall comply with all applicable labeling, marking and documentation requirements specified by the latest revision of MIL-STD- 129P, Military Marking for Shipment and Storage. Delivery: 200 days ARO Point of contact is John Whaley at 804-279-5213. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302-1. Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within the closing date of this synopsis/solicitation will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. One or more of the items under this acquisition may be subject to Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in English language and in U.S. Dollars. All interested suppliers may submit an offer. Specifications, plans or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. In accordance with 10 U. S. C. 2304 (c) (1), other than full and open competition applies. Conditions for evaluation and acceptance of offers for part numbered items cited in the acquisition identification description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition, to the data required in subparagraph (c) (2) of DLA procurement note L04 Offers for Part Numbered Items, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror's product is equal to the product cited in the AID. Surplus dealers and dealers of new material are also invited to respond to this solicitation. The response should include a completed surplus certificate, DLA Procurement Note 04, Unused Former Government Surplus Property or adequate traceability documentation to show that the product is acceptable. (Note: DLA Procurement Note M05 Evaluation Factor For Unused Former Government Surplus Property will apply and other Aviation sites will provide their equivalent surplus documentation, as applicable). Responses to this announcement from other than the OEM or licensee should identify items of interest and include evidence of ability to supply the items for the contract period as identified. In addition, respondents should identify the quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (steven.powell@sba.gov). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/9135c3560cbe4f259a2d6305ccd9165e/view)
- Record
- SN07352959-F 20250227/250225230037 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |