Bell H-1 Captains of Industry (COI) SPE4AX-17-D-9410; Synopsis for H-1 Next Phase Performance Based Support.
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: Jun 30, 2023 08:30 pm EDT
- Original Response Date: Jul 18, 2023 05:00 pm EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date: Aug 02, 2023
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
- NAICS Code:
- 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Place of Performance:
Description
Bell H-1 Captains of Industry (COI) SPE4AX-17-D-9410; Synopsis for H-1 Next Phase Performance Based Support.
DLA intends to issue a solicitation for a sole source Performance Based (PB) Requirements Type Contract with a 5-year base period and one 2-year option under the Bell Captains of Industry (COI) Contract SPE4AX-17-D-9410. This requirement will include 1,833 NSNs and various Federal Supply Classes (FSCs) to support the H-1 platform. This Performance Based contract is proposed to be a FAR 12 and FAR 15 Requirements type effort.
The contractor will be required to fill DoD and FMS customer requisitions for 1,833 NSNs under this PB effort. The NSNs are consumable spares for the H-1. The contractor will be required to meet supply chain performance-based metrics for material availability for 1,833 NSNs. The required performance-based support is as follows – logistics management, which includes wholesale supply support, depot-level consumable support, material management, engineering support and sustainment elements, packaging, storage, reliability improvements, and field engineering in support of Bell H-1 items. The contractor is also expected to make recommendations for Engineering Change Proposals (ECPs). The contract will also include necessary support of Foreign Military Sales (FMS) customers. The anticipated contract will be strategic in nature and will be the primary vehicle for procurement of a wide range of supplies and Depot support. The contractor will be required to deliver their supplies to Government wholesale and retail supply points both CONUS and OCONUS within specified time windows.
The attached list 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. The Government retains the right to add and delete NSNs as necessary. The attached list contains both commercial and non-commercial items.
The Government intends to solicit and negotiate with only one source under authority the of FAR 6.302-1. The Government intends to award a sole source contract to Bell Helicopter Textron Inc. Bell Helicopter Textron Inc. is the original equipment manufacturer (OEM) of these items with design control, authorization, and documentation to manufacture. Bell owns the data rights to these items. The Government does not have the drawings or complete data packages.
Other interested parties may identify their interest and capability to support the objectives by responding to this notice. These items require Government Source Approval prior to award. If you are not an approved source, you must submit a Source Approval Request (SAR). DLA-Aviation can only receive Source Approval Requests (SAR) through DoDSafe link due to internet/web safety concerns per Engineering. To submit your SAR, please send an email to: dlaavnsmallbus@dla.mil, subject line "request a SAR drop off". Include CAGE code, the NSN, and the email address where you want to receive the DoDSafe link. After we receive your email request, a DoDSafe drop off will be returned, where you can download your SAR file and return.
Interested Suppliers can also contact Bell at https://www.bellflight.com/suppliers#steps. Bell is the current awardee for contract SPE4AX-17-D-9410.
For information or questions regarding this notice, please contact Mr. Richard Ferraiolo by e-mail at the following address: Richard.Ferraiolo@dla.mil
Attachments/Links
Contact Information
Contracting Office Address
- DLR PROCUREMENT OPERATIONS (AP) 700 ROBBINS AVENUE BUILDING 1
- PHILADELPHIA , PA 19111-5098
- USA
Primary Point of Contact
- Richard Ferraiolo
- richard.ferraiolo@dla.mil
Secondary Point of Contact
History
- Dec 23, 2023 11:55 pm ESTSolicitation (Original)
- Aug 02, 2023 11:55 pm EDTPresolicitation (Original)
- Jul 14, 2023 11:55 pm EDTSources Sought (Original)