Skip to main content

An official website of the United States government

You have 2 new alerts

COUPLER ASSEMBLY, CA C130

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: Mar 28, 2022 12:26 pm EDT
  • Original Response Date: May 12, 2022 02:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Service-Disabled Veteran-Owned Small Business (SDVOSB) Set-Aside (FAR 19.14)
  • Product Service Code: 1670 - PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Richmond , VA 23297
    USA

Description

RFP ISSUE DATE:    APRIL 12,  2022

Solicitation for End Item: C130-CARGO SYSTEM, 463: NSN: 1670 014878743; COUPLER ASSEMBLY, CA.  PR 1000140918. WRALC , 98752 P/N 200016207; Configuration Control item. CRITICAL APPLICATION ITEM.  NAICS is 336413. This is a 100% Service Disabled Veteran Owned Small Business (SDVOSB) COMPETITIVE SET ASIDE.  Only offers from SDVOSB’s will be considered. FOB DESTINATION, Inspection/Acceptance: DESTINATION.  Production delivery requested in 211 days ARO.  This is a Request for proposal for an Indefinite Quantity LTC Contract, 5 YEAR BASE.  EAD IS 6024. Export controlled specifications, plans, or drawings relating to the procurement described are available and can be furnished by the Government to eligible contractors. Solicitations between $25,000 and over will be made in writing.    OFFERORS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE CONSIDERED FOR AWARD.  A copy of the solicitation will be made available via DLA Internet Bid Board System at https://dibbs.bsm.dla.mil/ 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 lasted version of Adobe Acrobat Reader.  This software is available free at http://www.adobe.com.  A paper copy of this solicitation will not be available to requestors.  All responsible sources may submit an offer, which will be considered.  PPIRS for best value.  The final contract award decision may be based upon a combination of price, 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.

Vendors should ensure they are properly registered with SAM.GOV at:  https://www.sam.gov.

***IMPORTANT***

The vendor is required to have completed the “Enhanced JCP registration and validation process in order to view this TDP. In the event you cannot access this TDP or have not completed this process, you must submit a request to jcpvalidation@dla.mil for technical data access consideration. If you have inquiries after having submitted required information to the JCP office, these inquiries are to be directed to DLAJ344DataCustodian@dla.mil

INCLUDED IS  DFARS 252.204-7020, NOTICE OF NISTSP 800-171 DOD ASSESSMENT REQUIREMENTS (NOV2020).  IN ORDER TO BE CONSIDERED FOR FUTURE DELIVERY/TASK ORDERS, THE CONTRACTOR (AWARDEE) WILL REQUIRED TO IMPLEMENT NIST SP 800–171. THE CONTRACTOR (AWARDEE) SHALL HAVE A

CURRENTASSESSMENT AS DETAILED IN DFARS 252.204-7019 (I.E., NOT MORE THAN 3 YEARS OLD UNLESS A LESSER TIME IS SPECIFIED IN THE SOLICITATION).

Point of Contact

David ‘doc’ Ford, Contract Specialist,  Email david.ford@dla.mil

Contact Information

Contracting Office Address

  • ASC SUPPLIER OPER AE AND AF DIV 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA

Primary Point of Contact

Secondary Point of Contact





History

  • May 27, 2022 11:55 pm EDTPresolicitation (Original)