Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 0000-00-00 00:00:00
United States SAM

PLATE,BASE

Process Number SPE4A6-22-R-0106

USA

Dates:


Notice ID:

SPE4A6-22-R-0106

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

DLA AVIATION

Office:

DLA AVIATION

General Information:


All Dates/Times are:

(utc-05:00) eastern standard time, new york, usa

Updated Published Date:

(utc-05:00) eastern standard time, new york, usa

Original Published Date:

0000-00-00 00:00:00

Original Response Date:

jan 14, 2022 05:00 pm est

Inactive Policy:

manual

Original Inactive Date:

dec 31, 2022

Initiative:
  • None***--***

Classification:


Product Service Code:

4920 - aircraft maintenance and repair shop specialized equipment

NAICS Code:

332710 - machine shops

Description:


Original Set Aside:

This agency proposes to issue solicitation SPE4A6-22-R-0106 for an Indefinite Quantity Contract (IQC) for a five year Long Term Contract initiative which includes the following NSN: CLIN 0001 –4920-00-884-3001 –EEN, E2/C2 ALL SERIES, PLATE, BASE One NSN is targeted for this LTC initiative for solicitation SPE4A6-22-R-0106. It is anticipated that the following source will be requested for pricing for the initial contract IAW the approved source cited below: HYDRATIGHT OPERATIONS, CAGE 87641, P/N SWE846390 The proposed action is intended to be awarded as an Unrestricted, Other Than Full & Open Competition acquisition. The award effort for this acquisition is a five year renewal Long Term Contract (LTC) initiative as validated during market research for this NSN. The proposed contract will be awarded for a total of five years of performance inclusive of a base year and four option periods. Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This solicitation is proposed to be IAW FAR PART 15 for a non-commercial item. The NSN cited above has been identified for this current action for the initial effort. This will be a sole source awarded contract based on the applicable part number referenced above.. Best value selection methods will be used for this requirement. The Government will award a single award contract for this action. The solicitation will be posted on Federal Business Opportunity (FBO) by 12/16/2021. The issue date will be 12/16/2021 and the closing date is 01/14/2022. The item is identified with Federal Supply Class of 4920, NAICS- 332710 – Machine Shop The solicitation will include the following terms and conditions: FOB Destination/Inspection & Acceptance @ Origin Higher Level inspection Critical Safety Item (CSI) Non-commercial Pricing will be requested for the following: CLIN 0001 - Estimated Annual Demand (EAD) quantity of 8 each, Requested Delivery Schedule – 292 Days ARO This agency proposes to issue solicitation SPE4A6-22-R-0106 for an Indefinite Quantity Contract (IQC) for a five year Long Term Contract initiative which includes the following NSN: CLIN 0001 –4920-00-884-3001 –EEN, E2/C2 ALL SERIES, PLATE, BASE One NSN is targeted for this LTC initiative for solicitation SPE4A6-22-R-0106. It is anticipated that the following source will be requested for pricing for the initial contract IAW the approved source cited below: HYDRATIGHT OPERATIONS, CAGE 87641, P/N SWE846390 The proposed action is intended to be awarded as an Unrestricted, Other Than Full & Open Competition acquisition. The award effort for this acquisition is a five year renewal Long Term Contract (LTC) initiative as validated during market research for this NSN. The proposed contract will be awarded for a total of five years of performance inclusive of a base year and four option periods. Letters expressing interest in subcontracting provided to the contracting officer will be forwarded to the identified OEM. This solicitation is proposed to be IAW FAR PART 15 for a non-commercial item. The NSN cited above has been identified for this current action for the initial effort. This will be a sole source awarded contract based on the applicable part number referenced above.. Best value selection methods will be used for this requirement. The Government will award a single award contract for this action. The solicitation will be posted on Federal Business Opportunity (FBO) by 12/16/2021. The issue date will be 12/16/2021 and the closing date is 01/14/2022. The item is identified with Federal Supply Class of 4920, NAICS- 332710 – Machine Shop The solicitation will include the following terms and conditions: FOB Destination/Inspection & Acceptance @ Origin Higher Level inspection Critical Safety Item (CSI) Non-commercial Pricing will be requested for the following: CLIN 0001 - Estimated Annual Demand (EAD) quantity of 8 each, Requested Delivery Schedule – 292 Days ARO

Attachments / Links:


Document Size Updated date Download

Contact Information:


ASC COMMODITIES DIVISION 8000 JEFFERSON DAVIS HIGHWAY

RICHMOND , VA 23297

USA

Primary Point of Contacts:

LACOUNTESS COLEMAN804-279-5922