Skip to main content

An official website of the United States government

You have 2 new alerts

Multiple NSNs for Honeywell Inc. Licensed to Boeing Distribution Services Inc. (2N935), Weapon Systems: F-15, F-16, and C-130, Sole Source Long Term Contract

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 (Original)
  • Original Published Date: Dec 21, 2021 07:54 am EST
  • Original Response Date: Jan 05, 2022 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1660 - AIRCRAFT AIR CONDITIONING, HEATING, AND PRESSURIZING EQUIPMENT
  • NAICS Code:
  • Place of Performance:

Description

This requirement is for an Indefinite Quantity Contract for Multiple NSNs.  The requirement is being solicited as Other Than Full and Open Competition.  The items are listed below:

This agency proposes to issue a solicitation for a long-term, strategic sole source contract which will include multiple NSNs. A total of 51 NSNs are targeted for this contract effort. The proposed action is intended to be awarded on a sole source basis as supported by a J&A IAW FAR 6.302-1. This is an unrestricted acquisition with origin inspection for DLA Direct (Stock) support. The OEM and Approved Source are listed below:

Cage 59364, HONEYWELL INTERNATIONAL INC.

Cage 2N935, BOEING DISTRIBUTION SERVICES

This is proposed to be a FAR Parts 12 and 15 efforts.  The proposed contract will be a firm-fixed price, requirements type contract with price redetermination-prospective.  The attached listing of NSNs are the items that have been identified for this current action.  If other NSNs are subsequently added, as defined by the terms of the contract, they will be synopsized separately.

Hazardous material may apply. Critical Safety Items (CSI) applies. Government FAT applies. Export Control Items applies. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the Request for Proposal (RFP).  A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ on the 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 the RFP will not be available to requestors.  Electronic offers and offers through DIBBS are unacceptable.  OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD.  The solicitation issue date is on or about January 12, 2022.   

Contact Information

Contracting Office Address

  • ASC COMMODITIES DIVISION 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA

Primary Point of Contact

Secondary Point of Contact





History