Skip to main content

An official website of the United States government

You have 2 new alerts

RETAINER ASSEMBLY, S / NSN 1560-00-575-6513 / KC135 AIRCRAFT

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: Feb 01, 2023 09:14 am EST
  • Original Response Date: Mar 20, 2023 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:

Description

A 100% Small Business Set-Aside solicitation will be issued to establish an Indefinite Quantity Contract (IQC) for NSN 1560-00-575-6513, a RETAINER ASSEMBLY, S. The award will be for a 5-year base period. The Estimated Annual Quantity (EAQ) is 120 EACH. Production units will be FOB: Destination; Inspection /Acceptance: Origin. Item is critical, but not deemed a Critical Safety Item. Export Control and Boeing Rights Guard apply. IUID and Surge requirements apply, with a MWR of 4 each.

The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one or a limited number of sources under the authority of FAR 6.302. The OEM is Boeing (CAGE 81205) in accordance with part number 50-1576-2. Approved sources are BROWN HELICOPTER, INC. (CAGE 5V361), C. E. MACHINE CO., INC. (CAGE 3L665), MALONES CNC MACHINING INC (CAGE 2V045), VOLUMATIC INC (CAGE 1P642), CAMNETICS MANUFACTURING CORP (CAGE 0P657), MERRILL CORPORATION (CAGE 0JXZ1), D-J ENGINEERING INC (CAGE 0C7H8), PRO-FAB, LLC (CAGE 0BT76), INFINITY FABRICATION INC (CAGE 06DM5), COASTAL DEFENSE PRODUCTS, INC. (CAGE 05SC4), AERO COMPONENTS, LLC (CAGE 59213), TECT HYPERVELOCITY, INC. (CAGE 34336), NORDAM GROUP LLC (CAGE 29957), HARLOW AEROSTRUCTURES LLC (CAGE 14248) and AIRTRONICS, LLC (CAGE 58078).

DLA Aviation does not possess a complete technical data package for this NSN.

Interested persons may identify their interest and capability to respond to the requirement or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received within forty-five days after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete with this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.

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. 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.

This solicitation may include Procurement Note L09, Reverse Auction.  Since a reverse auction may be conducted, offerors are encouraged to access the Procurex system and review the reverse auction help tutorials at https//dla.procurexinc.com to learn more about how to participate in an auction.

In order to receive an award, regardless of dollar value, contractors must be registered in the System For Award Management (sam.gov). 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 estimated solicitation issue date is 02/17/2023.

A copy of the solicitation will be available via DIBBS at https://www.dibbs.bsm.dla.mil/ on the issue date cited in the RFP. 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 this solicitation will not be available to requesters.

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

  • Apr 04, 2023 11:59 pm EDTPresolicitation (Original)