Skip to main content

An official website of the United States government

You have 2 new alerts

Synopsis SPE4A2-23-R-0007

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: Apr 03, 2023 10:22 am EDT
  • Original Published Date: Jan 24, 2023 06:51 am EST
  • Updated Response Date: Feb 14, 2023 04:00 pm EST
  • Original Response Date: Feb 14, 2023 04:00 pm EST
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 03, 2023
  • Original Inactive Date: Feb 15, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
  • Place of Performance:

Description

The purpose of this message is to inform appropriate parties that the NIINs listed on the Synopsis’ attachment will be combined into one request for proposal to Bell. All Synopses that are listed below have all had a Sources Sought notice and Synopsis published in Sam.GOV.

The Synopses that will be combined are as follows:        

  • NOTICE ID: SYNOPSIS-SPE4A2-23-R-0004
  • NOTICE ID: SYNOPSIS-SPE4A2-23-R-0005
  • NOTICE ID: SYNOPSIS-SPE4A2-23-R-0007

This solicitation will contain 11 National Stock Numbers (NSN) for the H-1 platform. This solicitation will be solicited for award of a firm fixed purchase. The Original Equipment Manufacturer (OEM) is Bell, CAGE 97499, for Part Numbers on NSN list attached. FOB: Origin; Inspection/Acceptance: Origin. Specifications, plans, or drawings related to the procurement described are not available and cannot be furnished by the Government. The final contract award decision may be based upon a combination of price, past performance, and other evaluation factors as described in the solicitation.

The solicitation issue date is on or about 20 February 2023. The anticipated award date is on or around 10 April 2023. Conditions for evaluation and acceptance of offers for part numbered items cited in the Acquisition Item Description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c)(2) of clause 52.217-9002, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror’s product is equal to the product cited in the AID. In order to receive an award, regardless of dollar value, you must be registered in system for award management (SAM). SAM registration is at https://www.sam.gov. 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 (tammy.birdsong@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.

Contact Information

Contracting Office Address

  • ASC SMSG DIV SPECIAL ACQUISITION 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA

Primary Point of Contact

Secondary Point of Contact





History