Search Contract Opportunities

Subsumable Contract under UTAS umbrella SPE4AX18D9402 for sole source parts in support of the 54H60 prop system, DLA Direct Supplier Initiated Ordering

ID: SPE4AX19R0002 • Type: Presolicitation

Description

Defense Logistics Agency (DLA) is issuing a solicitation for a five- year, requirements-type contract for the procurement of items and services that are sole source to United Technologies Aerospace Systems (UTAS) CAGE 73030, in support of the 54H60 propeller system. The solicitation is unrestricted 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 ordering period will include a five (5) year base period and no options. The contract will be a subsumable contract under umbrella SPE4AX18D9402. The action will proceed under FAR part 12. The contract type is primarily Fixed Price This acquisition will include consumable items managed by DLA and may include depot level reparable (DLR) items managed by the Military Services, and may include various services. The items belong to multiple Federal Supply Classes (FSCs) and are ordered by National Stock Number (NSN). Items placed on the contract will support the following (but not limited to) platforms: C-130, P-3, and E-2/C-2. An initial population of approximately 750 NSNs will be solicited. Additional items and services, sole source to UTAS, may be added to the resultant contract throughout the contract duration. DLA currently does not have a competitive data package for any of the NSNs include in the solicitation. Alternate offerors must submit a complete technical data package for each NSN in order to be evaluated as a potential source. Any items found to be competitive after award of the contract or that becomes competitive after award will be removed from the contract. Items in the solicitation population are sole source to UTAS CAGE codes 73030; however this list may be expanded after contract award. DLA-Direct shipments will be Supplier-Initiated and to any DLA depot. Consumable items may be FOB origin or destination with inspection and acceptance at origin or destination, dependent on item's criticality, and DLR items are FOB origin with inspection/acceptance at origin. The NSNs and annual estimated quantities for the initial population are attached to this notice. Any supplies or services furnished under this resulting contract will be ordered by issuance of a delivery order.

Surplus dealers and small business dealers and distributors having existing stocks of surplus or newly manufactured material are invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material, or adequate traceability documentation to show product is acceptable. In addition, respondents should identify quantity available and price. A copy of the letter of interest should be forwarded to the contracting officer identified herein and SBA PCR (Michael.massello@sba.gov). DLA will consider all such responses and may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the government.

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 the English language and in U.S. Dollars. All interested suppliers may submit an offer.

The proposed contract action is for supplies or services for which the Government intends to solicit by Letter and negotiate with only one source under authority of FAR 6.302. 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 forty-five days (thirty days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the government. A determination by the Government not to compete 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.

A paper copy of the RFP will not be available to requestors. All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency. The solicitation issue date is estimated to be November 30, 2018. Point of contact is John Whaley, john.whaley@dla.mil.

Overview

Response Deadline
Oct. 19, 2018, 3:00 p.m. EDT Past Due
Posted
Sept. 26, 2018, 8:31 a.m. EDT
Set Aside
None
Place of Performance
Not Provided
Source
SAM

Current SBA Size Standard
1250 Employees
Pricing
Fixed Price
Est. Level of Competition
Average
Odds of Award
52%
On 9/26/18 DLA Aviation issued Presolicitation SPE4AX19R0002 for Subsumable Contract under UTAS umbrella SPE4AX18D9402 for sole source parts in support of the 54H60 prop system, DLA Direct Supplier Initiated Ordering due 10/19/18. The opportunity was issued full & open with NAICS 336413 and PSC 16.
Primary Contact
Title
Contracting Officer
Name
John E Whaley   Profile
Phone
(804) 279-5213
Fax
(804) 279-4177

Documents

Posted documents for Presolicitation SPE4AX19R0002

Question & Answer

IDV Awards

Indefinite delivery vehicles awarded through Presolicitation SPE4AX19R0002

Contract Awards

Prime contracts awarded through Presolicitation SPE4AX19R0002

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Presolicitation SPE4AX19R0002

Similar Active Opportunities

Open contract opportunities similar to Presolicitation SPE4AX19R0002

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEFENSE LOGISTICS AGENCY (DLA) > DLA Aviation - BSM
Source Organization Code
bc5df9b00963d467697d73b89d83b878
Last Updated
Nov. 3, 2018
Last Updated By
PI33_DR_IAE_51681
Archive Date
Nov. 3, 2018