Skip to main content

An official website of the United States government

You have 2 new alerts

3 NSN LTC

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Presolicitation (Updated)
  • Updated Published Date: Dec 20, 2022 04:51 pm EST
  • Original Published Date: Jul 25, 2022 02:29 pm EDT
  • Updated Response Date: Sep 09, 2022 03:00 pm EDT
  • Original Response Date: Sep 09, 2022 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date:
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1710 - AIRCRAFT LANDING EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

1005-01-567-3012
Item Description:    see above
Items are being procured in accordance with:     
DWG: 19200 PN 12976627-60
Unit of Issue: EA
Inspection/Acceptance: Origin 
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule:  

The required delivery is 250 days for Production.  Item requires a Contractor First Article Test.  Delivery of FAT is 90 days with 45 days for Government review.  Total delivery with FAT requirement is 550 days.  Delivery will be 250 days with waiver of FAT.  

The Small Business size standard is 1,000 employees.


1710-00-831-6821
Item Description:    see above
Items are being procured in accordance with:
DWG: 98752 PN 66D1751
Unit of Issue: EA
Inspection/Acceptance: Origin
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule:  

The required delivery is 225 days for Production.  Item requires a Contractor First Article Test.  Delivery of FAT is 90 days with 30 days for Government review.  Total delivery with FAT requirement is 475 days.  Delivery will be 225 days with waiver of FAT.  

The Small Business size standard is 1,250 employees.

5340-01-486-7056
Item Description:    see above
Items are being procured in accordance with:
DWG: 3003 PN 604AS604-1-204
Unit of Issue: EA
Inspection/Acceptance: Origin
FOB: Origin – First Destination and Transportation (FDT) applies – STOCK ONLY
Delivery Schedule:  250 DAYS ARO

The Small Business size standard is 500 employees.


Quantity (including option quantity) : 

Anticipated type of contract is an IQC. Items to be shipped to various military depot locations within established minimum & maximum quantity limits on an as needed basis.

One or more of the items under this acquisition may be subject to the Buy American Act or Trade Agreements. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.

This acquisition is for firm fixed price, Indefinite Quantity Contract (IQC) utilizing FAR Part 15 procedures and Full/Open Competition After Exclusion of Sources pursuant to FAR 6.2 as a competitive SDVOSB set-aside.

The solicitation will be available on DLA’s Internet Bid Board Site 
http://www.dibbs.bsm.dla.mil/rfp on or about 08/10/2022

The total duration shall not exceed 3 BASE years and 2 single option years.   

Drawings/specifications will be available through the DIBBS solicitation link in the synopsis on the solicitation issue date.

This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms Regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without the authorization of either the Department of State or the Department of Commerce prior to export. Export includes disclosure of technical data to foreign nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees or U.S. companies and their foreign subsidiaries.

DLA has enhanced its Joint Certification Program (JCP) registration and validation procedures. Selected National Stock Numbers (NSNs) will require additional permissions to access the associated technical data. In the event a vendor cannot access the technical data for a NSN in DLA cFolders, the vendor must submit a onetime request to jcpvalidation@dla.mil for technical data access consideration. If a vendor has inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil.

DLA processes the vendor's technical data request on a first come, first served basis. Failure to comply timely with required information may result in lack of consideration for DLA solicitations. It is vitally important that vendors provide correct company official name(s) and contact information in all correspondence. DLA will work diligently on validating vendor requests. Vendors will be notified within 3 business days of when their requests were approved. However, DLA cannot guarantee that it can complete all validation requests by the due date for any solicitation responses

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation. 

Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice.

INSTRUCTIONS FOR SUBMISSION OF OFFERS will be included in the solicitation. The following method(s) of submitting a proposal are authorized in the solicitation:

1.    DIBBS Upload – to submit an offer through DIBBS, search for the solicitation then click the red “offer”    button on the search results screen. (Note: Users must be logged onto DIBBS in order to submit the offer through DIBBS.) For additional guidance, refer to https://www.dibbs.bsm.dla.mil/refs/help/solicitations/DIBBS-Upload-Offer-User-Help.pdf

2.    Email Proposals - Proposals, including modifications and revisions per FAR 15.203(c)), may be received by electronic commerce methods

Contact Information

Contracting Office Address

  • LAND SUPPLIER OPERATIONS SMSG PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact





History