Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE4A720C0336
National Stock Number (NSN) 1620 015441705 PR: 0080946157 - ISSUE DATE: 13 JAN 2020: CLOSING DATE: 12 FEB 2020 This solicitation will result in a Definite Quantity Contract / Firm Fixed Price for the ...
National Stock Number (NSN) 1620 015441705 PR: 0080946157 - ISSUE DATE: 13 JAN 2020: CLOSING DATE: 12 FEB 2020 This solicitation will result in a Definite Quantity Contract / Firm Fixed Price for the quantity of 316. Approved source(s): Alro Machine,tool And Die Co., 1K556 P/N 200610013-10 HDI LANDING GEAR USA, INC. 5ZBP4 P/N 200610013-10 Circor Aerospace, Inc. DBA 50601 P/N 200610013-10 CM MANUFACTURING, INC. 6Z056 P/N 200610013-10 This procurement is aTotal Small Business Set Aside, using Full and Open Competition. Delivery for this procurement is DLA Direct. Inspection/Acceptance at Origin, FOB at Destination. Production delivery is646 DAFAA. This is an Air Force Critical Safety, Critical Application, and Flight Safety item. This item has technical data some or all of which is subject to Export-control regulations. Enhanced Joint Certification Program – MANDATORY. Distribution of the technical data and eligibility for award are limited to those suppliers qualified through JCP certification, or to those licensed by either the Departments of State or Commerce; or to Foreign Suppliers pursuant to international Agreements. Digital mylar data exists for this NSN, and will be included in the technical data package provided by DLA If unable to use the data in the digital format provided, the contractor will be responsible for having the data converted to the necessary format (i.e. mylar film), through a third party and bear the associated costs when converting from digital to stable based format, the digital mylar shall be plotted on Stable base material, while maintaining the dimensional accuracy demands of the undimensioned drawing. Government First Article Preproduction approval required. Testing will be in accordance with applicable drawings, specifications and/or Engineering instructions. The first article offered shall be manufactured at the facilities in which production quantities are procured and produced under this contract. When submitting the first article(s) for government testing, a copy of the contract and all applicable drawings, specifications, engineering instructions, certifications, and inspection sheets shall be provided. Supplier Performance Risk System (SPRS) applies. Price, Past Performance and Delivery will be equally weighted. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation. This request is for a written proposal. See page 2 of the solicitation for methods of proposal submittal. The solicitation issue date is 13 Jan 2020 closing 12 Feb 2020. A copy of the solicitation will be available via the DIBBS Website https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. From the DIBBS Homepage, select Request for Proposal (RFP) / Invitation for Bid (IFB) from the menu under the tab Solicitations. Then search for and choose the RFP you wish to download. RFPs are in portable document format (PDF). To download and view these documents you will need the latest version of Adobe Acrobat Reader. This software is available free at http://www.adobe.com. Offerors not cited as acceptable sources in the Purchase Order Text are required to obtain Source Approval from The Design Control Activity. SOURCE APPROVAL REQUESTS/TECHNICAL DATA PACKAGES must be submitted to DLA AVIATION with the proposal.