United States - 1630-01-545-3075; WHEEL HALF ASSEMBLY

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
14 June 2019
Opportunity publication date
06 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: May 31, 2019 8:07 am

COMBINED SYNOPSIS/SOLICITATION

1630-01-545-3075, PART NUMBER: 2606194-1, WHEEL HALF ASSEMBLY
THIS IS A COMBINED SYNOPSIS/SOLICITATION FOR COMMERCIAL ITEMS PREPARED IN ACCORDANCE WITH THE FORMAT IN FAR SUBPART 12.6, AS SUPPLEMENTED WITH ADDITIONAL INFORMATION INCLUDED IN THIS NOTICE. THIS ANNOUNCEMENT CONSTITUTES SOLICITATION SPE4A5-19-Q-0953. PROPOSALS ARE BEING REQUESTED AND A SF 1449 SOLICITATION WILL NOT BE ISSUED FOR PR 0077886738, NSN 1630-01-545-3075, WHEEL HALF ASSEMBLY. THIS SOLICITATION IS FOR AWARD OF A FIRM FIXED PRICED CONTRACT UNDER FAR PART 12 FOR COMMERCIAL ACQUISITIONS. THE APPROVED SOURCE IS:
HONEYWELL INTERNATIONAL, INC., CAGE 55284, P/N 2606194-1
SOLICITATION WILL BE ISSUED ON AN UNRESTRICTED BASIS UTILIZING OTHER THAN FULL AND OPEN COMPETITION PROCEDURES UNDER 10 U.S.C. 2304(C)(1). THIS IS NOT A SMALL BUSINESS SET-ASIDE. NAICS CODE IS 336413 AND THE SMALL BUSINESS SIZE IS: 1000 EMPLOYEES. THE PURCHASE REQUEST QUANTITY IS 35 EACH. NO QUANTITY OPTION APPLIES. QUANTITY VARIANCE IS PLUS/MINUS 0%. DELIVERY: FOB ORIGIN, INSPECTION AND ACCEPTANCE AT DESTINATION. THE REQUIRED DELIVERY IS 127 DARO. THIS IS NOT A CRITICAL SAFETY ITEM (CSI) AND A FIRST ARTICLE TEST (FAT) IS NOT REQUIRED. DPAS RATING FOR THIS ITEM IS DOC9. MILITARY STANDARD PACKAGING IS NOT REQUIRED.

SUBCONTRACTING PLAN IS NOT REQUIRED AS THE APPLICABLE $700,000 THRESHOLD IS NOT EXPECTED TO BE BREACHED. EEO CLEARANCE IS NOT REQUIRED AS THE $10,000,000 THRESHOLD IS NOT EXPECTED TO BE BREACHED. CERTIFIED COST OR PRICING DATA IS NOT REQUIRED AS THIS IS A COMMERCIAL ITEM UNDER $7,000,000. PROGRESS PAYMENTS ARE NOT INCLUDED AS THE CONDITIONS AT FAR 32.501-2(C) HAVE NOT BEEN MET.
THE SOLICITATION ISSUE DATE IS ON OR ABOUT 5/31/2019. THE CLOSING DATE IS ON OR ABOUT 06/14/19.
PLACE OF DELIVERY:
PARCEL POST ADDRESS:
SW3218 DLA DISTRIBUTION SAN DIEGO
3581 CUMMINGS ROAD BLDG 3581
SAN DIEGO CA 92136-3581
FREIGHT SHIPPING ADDRESS:
SW3218 DLA DISTRIBUTION SAN DIEGO
3581 CUMMINGS ROAD BLDG 3581
SAN DIEGO CA 92136-3581
FOR TRANSPORTATION SEE DLAD PROC NOTE C19.
FOR FIRST DESTINATION TRANSPORTATION SEE DLAD PROC NOTE C20 AND CONTRACT

THE FOLLOWING CLAUSES APPLY TO THIS ACQUISITION.
FAR 52.212-1
FAR 52.212-2
FAR 52.212-2
- EVALUATION CRITERIA: "TECHNICAL CAPABILITY, PRICE AND PAST PERFORMANCE WHEN COMBINED ARE EQUAL WHEN COMPARED TO PRICE."
FAR 52.212-3: ALL OFFERORS MUST INCLUDE A COMPLETED COPY OF THIS CLAUSE.
FAR 52.212-3 ALT I
FAR 52.212-4
FAR 52.212-5. THE FOLLOWING FAR CLAUSES CITED WITHIN FAR 52.212-05 APPLY.
52.203-6, 52.203-6 ALT I, 52.204-10, 52.209-6, 52.219-8, 52.219-28, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-40, 52.222-41, 52.222-50, 52.223-18, 52.225-13, 52.232-33.
252.203-7000, 252.203-7002, 252.203-7005, 252.204-4, 52.204-7, 52.204-16, 52.204-17, 52.204-18, 52.204-19, 252.204-7008, 252.204-7009, 252.204-7011, 252.204-7015, 52.209-2, , 52.209-11, , 252.209-7994, 252.209-7996, 252.209-7997, 52.211-08, 52.211-08 ALT I, 52.211-08 ALT II, 52.211-14, 52.211-17, 252.211-7003, 252.211-7005, 252.211-7006, 252.213-7000 , 52.213-9001, 52.214-9004, 52.215-5, 52.215-8, 252.222-7007, 52.223-18, 52.225-18, 52.225-25, 252.225-7001, 252.225-7002, 252.225-7012, 252.225-7048, 52.232-17, 52.232-39, 52.232-7003, 52.232-7010, 52.232-9006, 52.233-9001, 52.242-13, 252.243-7002, 52.246-2, 52.246-5, 52.246-11, , 52.247-1 , 52-247-52, 52.247-9059.
IN ADDITION, THE FOLLOWING PROCUREMENT NOTES APPLY.
C01, C02, C03, C04, C14, C15 , C16 , C18, C20, E05, EO7, L01, L04, L06, L08, L11, M05, M06.
 
 

The full text of Procurement notes may be found at:
http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx (Defense Logistics Agency Directive (DLAD) Procurement Notes).
The following DLA Aviation Notices are incorporated by reference. The full-text of the notices can be found at: http://www.dla.mil/Aviation/Business/IndustryResources/DLAResourcesforSuppliers/DAANs.aspx
DAAN-13-01
Evaluation and Award for Simplified Acquisitions
(March 2018)
(a) AWARD. The Government intends to evaluate quotations. The award will be made to the quoter whose quote conforms to the terms and conditions of the solicitation and represents the best value to the Government. Therefore, award may be made to other than the lowest priced or the highest technically rated quote.
(b) RELATIVE IMPORTANCE AND TRADE-OFFS. The Government will base the determination of best value on a comparative assessment of the quoters' prices, past performance, and the other evaluation factors identified elsewhere in this solicitation. The determination of best value also considers the relative importance of the evaluation factors. All evaluation factors, when combined, are:
[ ] significantly more important than cost or price. As other evaluation factors become more
equal, the evaluated cost or price becomes more important.
[X] approximately equal to cost or price; or
[ ] significantly less important than cost or price. As the evaluated cost/price becomes more
equal, relative importance of all other evaluation factors becomes more significant.
The final award decision may involve a trade-off among cost or price and the non-price factors. Factors that may be considered in the trade-off process include, but are not limited to:
• Item criticality and weapons system application
• Current inventory status
• Historical delivery or quality problems
• Concerns over limited supply sources and industrial base
• Benefits from obtaining new sources
(c) COST OR PRICE. The Government will evaluate the quoted cost or price. The Government will add any other cost or price evaluation factors identified elsewhere in this solicitation (e.g., Buy American Act or FOB Origin transportation costs) to arrive at the quoter's evaluated cost or price. The evaluated cost or price will be used in conjunction with the other non-price factors to determine the best value to the Government.
(d) PAST PERFORMANCE. Past performance includes, but is not limited to, the quoter's record of conforming to contract requirements and standards of good workmanship; adherence to contract schedules, including the administrative aspects of performance; the quoter's reputation for reasonable and cooperative behavior and commitment to customer satisfaction; and generally, the quoter's business-like concern for the customer's interest.
(1) The Supplier Performance Risk System (SPRS) is the current term for past performance that is formerly known as Past Performance Information Retrieval System - Statistical Reporting (PPIRS-SR), as applicable, will be used to evaluate quality and past performance on DLA awards (refer to DFARS 252.213-7000 and Procurement Note L08).
(e) PAST PERFORMANCE EVALUATION FACTORS. The Government will use the past performance evaluation factors marked below in addition to cost or price and other evaluation factors specified in the solicitation. Unless indicated otherwise, past performance is significantly more important than other non-price factors. Within the past performance subfactors, SPRS assessments (as applicable) will be weighed most heavily. Historical quality history and delivery schedule compliance (not captured in SPRS) will be weighed more heavily than the remaining past performance subfactors. All other non-price evaluation factors specified in this solicitation weigh equally, unless otherwise indicated.
[X] SPRS Assessments (i.e., quality and delivery)
[ ] Historical Quality (not captured in SPRS)
[ ] Historical Delivery Schedule Compliance (not captured in SPRS)
[ ] Other (specify):

(End of Notice)
 
DAAN-15-02 OFFER SUBMISSION METHOD (OCTOBER 2016)
OFFERS IN RESPONSE TO THIS SOLICITATION MAY BE SUBMITTED BY THE FOLLOWING METHOD(S) AS INDICATED BELOW, IN ACCORDANCE WITH FAR 15.208, SUBMISSION, MODIFICATION, REVISION, AND WITHDRAWAL OF PROPOSALS:
_____ MAIL TO BID ROOM:
_____ DLA AVIATION
8000 JEFFERSON DAVIS HIGHWAY,
BUILDING 33, E BAY, ROOM 124
RICHMOND, VA 23297-5100
_____ HAND-CARRY:
_____ DLA AVIATION
8000 JEFFERSON DAVIS HIGHWAY,
BUILDING 33, E BAY, ROOM 124
RICHMOND, VA 23297-5100
__X___ MAIL TO BUYER: Gina A Campbell & Mail to:
DLA AVIATION
8000 JEFFERSON DAVIS HIGHWAY,
BUILDING 33, E BAY, ROOM 124
RICHMOND, VA 23297-5100

_____ ADDRESS LOCATED IN BLOCK 9 OF STANDARD FORM 1449
ATTENTION: ____(INSERT BUYER NAME)___________

X_____ FACSIMILE: IN ACCORDANCE WITH FAR 15.203(D)
_____ AVIATION BID CUSTODIAN: (804) 279-4165

___X__ BUYER'S FACSIMILE: __804-279-6699______________________________
_X____ E-MAIL:
_____ AVIATION BID CUSTODIAN:
__X____ BUYER'S E-MAIL ADDRESS; gina.campbell@dla.mil
NOTE: E-MAIL PROPOSALS MUST NOT EXCEED 15 MB. PROPOSALS GREATER THAN 15 MB MUST BE SUBMITTED USING MULTIPLE EMAILS.

A COPY OF THE SOLICITATION WILL BE AVAILABLE VIA THE DLA INTERNET BID BOARD SYSTEM (DIBBS) AT HTTPS://WWW.DIBBS.BSM.DLA.MIL/RFQ/ ON THE SAME ISSUE DATE CITED ABOVE. CHOOSE THE RFQ YOU WISH TO DOWNLOAD. SOLICITATIONS 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://ADOBE.COM. A PAPER COPY OF THE SOLICITATION WILL NOT BE AVAILABLE TO REQUESTORS.
POC: Gina A Campbell, gina.campbell@dla.mil; 804 325-1326

Opportunity closing date
14 June 2019
Value of contract
to be confirmed

About the buyer

Address
Defense Logistics Agency DLA Aviation - BSM United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?