Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2025 SAM #8529
SOLICITATION NOTICE

53 -- Multiple NSNs, Honeywell Sole Source Licensed Exclusively to Boeing Distribution Services, Inc. (BDSI), Weapon Systems: 05F (C/K-135), 25F (E-3A AWACS), 43N (F/A-18), 26F (F-16)

Notice Date
4/1/2025 7:32:37 AM
 
Notice Type
Presolicitation
 
NAICS
332999 — All Other Miscellaneous Fabricated Metal Product Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4A2-25-R-0018
 
Response Due
4/16/2025 12:00:00 PM
 
Archive Date
05/01/2025
 
Point of Contact
Alesia Hayes, Phone: 8042795593
 
E-Mail Address
alesia.hayes@dla.mil
(alesia.hayes@dla.mil)
 
Description
DLA Aviation intends to add six (6) NSNs to long-term, Umbrella Contract SPE4AX-20-D-9411/Subsumable Contract SPE4AX-20-D-9412 awarded to BDSI, Cage 2N935. The parts to be added are all Honeywell International sole source items which are licensed exclusively to BDSI and are used on various Weapons Systems including, but not limited to the C/K-135, E-3A AWACS, F/A-18, and F-16. See attachment for listing of NSNs and part numbers. Pricing will be required for pricing period two which is valid until August 23, 2026. Any supplies to be furnished under this resulting contract will be ordered by issuance of a delivery order. Terms are FOB Origin, Inspection and Acceptance at Destination or Origin (depending on material requirements). DLA Direct support is applicable. The NSNs are commercial items. This solicitation will not include any items that have a competitive data package. This procurement is unrestricted. It is the Government�s intent to use a letter solicitation format to the Exclusive Licensee of 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 Procurement Note C04, Unused Former Government Surplus Property and adequate traceability documentation to show that the product is acceptable. Responses to this announcement from other than the OEM or exclusive 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/5a1c7d00f49c4ed8bd0e84820b4da330/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07393692-F 20250403/250401230052 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.