Inactive
Notice ID:SPE4AX24R0025
The Defense Logistics Agency (DLA) proposes to issue solicitation SPE4AX-24-R-0025, as a follow-on effort to the two Sikorsky long-term contracts (SPE4AX15D9002 & SPE4AX15D9415). These contracts will ...
The Defense Logistics Agency (DLA) proposes to issue solicitation SPE4AX-24-R-0025, as a follow-on effort to the two Sikorsky long-term contracts (SPE4AX15D9002 & SPE4AX15D9415). These contracts will include multiple NSNs to support the following weapon systems: H-53 variants, and H-60 variants. A total of 2,961 parts are targeted for this effort. The solicitation will be 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 proposed contracts will be for a total period of performance of up to ten (10) years, with a five (5) year base period and a five (5) year option period. This is proposed to be a FAR Part 15 effort. The proposed contracts will be Requirements Type contracts. The parts listed in Attachment 1 are the items that have been identified for this current effort. DLA currently does not have a competitive data package for the NSNs included in the solicitation. It is the Government’s intent to use a letter solicitation format to 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 surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). Responses to this announcement from other than the OEM 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 (DeeAndra.heath@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.