26F; F-16 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: Oct 17, 2022 03:27 pm EDT
- Original Response Date: Nov 02, 2022 03:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 6220 - ELECTRIC VEHICULAR LIGHTS AND FIXTURES
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance: , VA 23237USA
Description
THIS IS OTHER THAN FULL AND OPEN SOLICITATION. ONLY VENDORS OFFERING KORRY ELECTRONICS CO (81590) P/N 16415-007 or GE AVIATION SYSTEMS LLC (19623) P/N 705464-6 WILL BE CONSIDERED under PR number 1000155075 to establish an Indefinite Quantity Contract (IQC). The Government intends to place a firm-fixed price, 2-year base with one 3-year option IQC for this requirement.
NSN: 6220-01-071-8437, LIGHT ASSEMBLY, INDI; CRITICAL APPLICATION ITEM; EXPORT CONTROL REQUIREMENTS; NAICS 336413
Since Export-Control applies, DISTRIBUTION OF THE TECHNICAL DATA AND ELIGIBILITY FOR AWARD ARE LIMITED TO THOSE SUPPLIERS QUALIFIED THROUGH JCP CERTIFICATION, OR TO THOSE LICENSED BY EITHER THE DEPARTMENTS OF STATE OR COMMERCE, OR TO FOREIGN SUPPLIERS PURSUANT TO INTERNATIONAL AGREEMENTS. "Item cited requires data which is restricted to contractors certified by DoD to access unclassified data per DoD 5220.22M. Certification is obtained by submitting DD Form 2345, Military Critical Technical Data Agreement, to the Defense Logistics Information Services."
Required delivery is 128 days. Stock delivery locations will be to any facility in the Continental United States as cited on each delivery.
Pricing will be evaluated on the Estimated Annual Demand (EAD) - 31 each. The Guaranteed Minimum will be cited in the solicitation.
There will be a 2-year base with one 3-year option, for a total of five years. Terms are FOB Origin and Inspection/Acceptance Destination for DLA Direct.
Solicitation scheduled release date is tentatively 2 November July 2022. Electronic (DIBBS) proposals/quotes are acceptable. Proposals are to be submitted to the Bid Custodian. A copy of the solicitation will be available via the BSM Internet Bid Board System (DIBBS) Homepage (https://www.dibbs.bsm.dla.mil). Select "Request for Proposal (RFP)" under the Solicitations heading. 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 this solicitation will not be available to requestors.
Attachments/Links
Contact Information
Contracting Office Address
- ASC COMMODITIES DIVISION 6090 STRATHMORE ROAD
- RICHMOND , VA 23237
- USA
Primary Point of Contact
- Patsy Bedford
- patsy.bedford@dla.mil
- Phone Number 8042791391
Secondary Point of Contact
- Saugat Pant
- Saugat.Pant@dla.mil
- Phone Number 8042796724
History
- May 04, 2023 12:03 am EDTJustification (Original)
- Nov 17, 2022 11:56 pm ESTPresolicitation (Original)
- Nov 02, 2022 11:56 pm EDTSources Sought (Original)