Inactive
Total Small Business Set-Aside (FAR 19.5)
Notice ID:SPE4A722R0470
A solicitation will be issued for multiple items: F-16 Aircraft, NSN 1560-01-074-7684, Seal Assembly, Closure, IQC 1000144111. Government First Article Testing (FAT) is required. The required delivery...
A solicitation will be issued for multiple items: F-16 Aircraft, NSN 1560-01-074-7684, Seal Assembly, Closure, IQC 1000144111. Government First Article Testing (FAT) is required. The required delivery is 191 days ARO for FAT and 306 days after FAT approval for production units. Critical Application Item. Export Control applies. Configuration Control item. NAICS is 336413. This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures. Only offers from small business concerns will be considered. FOB Destination, Inspection/Acceptance Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for a base period of five years with zero (0) options will be 40 each. Surge requirements do not apply. B-52 Stratofortress Aircraft, NSN 1660-00-888-8337, Duct Assembly, Air C, IQC 1000144111. Government First Article Testing (FAT) is required. The required delivery is 377 days ARO for FAT and 310 days after FAT approval for production units. Critical Application Item. Export Control applies. Configuration Control item. NAICS is 336411. This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures. Only offers from small business concerns will be considered. FOB Destination, Inspection/Acceptance Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each. Surge requirements do not apply. H-60 Army Blackhawk Helicopter, NSN 1680-01-579-9379, Boom, Hoist Support, IQC 1000144111. Contractor First Article Testing (FAT) is required. The required delivery is 120 days ARO for FAT Report and 245 days after FAT approval for production units. Critical Application Item. Export Control applies. Configuration Control item. NAICS is 336413. This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures. Only offers from small business concerns will be considered. FOB Destination, Inspection/Acceptance Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each. Surge requirements do not apply. Stratolifter C/KC-135 Aircraft, NSN 2840-01-677-4226, Synchronizing Ring, IQC 1000144111. Delivery schedule is 254 days ARO. Critical Application Item. Export Control applies. Configuration Control item. NAICS is 336412. This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures. Only offers from small business concerns will be considered. FOB Destination, Inspection/Acceptance Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each. Surge requirements do not apply. B-1B Bomber, NSN 1560-01-617-5457, Panel, Structural, AI, IQC 1000144111. Delivery schedule is 383 days ARO. Critical Application Item. Export Control applies. Configuration Control item. NAICS is 336413. This is a 100% Small Business Set-Aside, full and open after exclusions of sources procedures. Only offers from small business concerns will be considered. FOB Destination, Inspection/Acceptance Origin. This is a request for proposal for an Indefinite Quantity Contract. Estimated Annual Quantities for a base period of five years with zero (0) options will be 8 each. Surge requirements do not apply. The solicitation document contains information that has been designated as “Militarily Critical Technical Data.” Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Military Critical Technical Data Agreement. To obtain certification, contact: U.S./Canada Joint Certification Office, DLA Logistics Information Service, Federal Center, 74 Washington Avenue North, Battle Creek, MI 49037-3084 or call (877) 352-2255. Specifications, plans, or drawings relating to the procurement described are not available and cannot be furnished by the Government. Request for written proposal, please submit offers to fax # (804) 279-4165. OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD. A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ issue date cited in the RFP. From the DIBBS Homepage, select Search RFPs. Then 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. A paper copy of this solicitation will not be available to requestors. The solicitation issue date is on or about May 20, 2022 with a closing date on or about June 20, 2022. All responsible sources may submit an offer, which will be considered. Supplier Performance Risk System (SPRS) applies. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.