Skip to main content

An official website of the United States government

You have 2 new alerts

Multiple NSN Adds to 3.5 Kit Sole Source Long Term Contract SPE4AX20D9405, Rolls Royce US

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: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Aug 03, 2022 01:20 pm EDT
  • Original Published Date: Jul 21, 2022 01:53 pm EDT
  • Updated Date Offers Due: Aug 15, 2022 05:00 pm EDT
  • Original Date Offers Due: Aug 04, 2022 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Aug 30, 2022
  • Original Inactive Date: Aug 19, 2022
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1560 - AIRFRAME STRUCTURAL COMPONENTS
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:

Description

Amendment 0001:  Issued to extend the closing date through August 15, 2022 at 5:00 pm EST. 

This notice services as DLA Aviation’s combined synopsis/solicitation as described in FAR 12.603, in accordance with FAR 5.203 and the approved J&A, for the addition of the attached items to the 3.5 Kit Long Term Contract SPE4AX20D9405, sole source to Rolls Royce US, CAGE 63005.  The requirement contains 57 NSNs that will be evaluated individually for award.

DLA Aviation will issue a letter solicitation (RFP) to the sole source Original Equipment Manufacturer (OEM).  If any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the combined synopsis/solicitation closing date.  Surplus dealers are also invited to respond to this notice. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the products are acceptable.  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 the DLA Aviation Small Business Programs Associate Director (John.Henley@dla.mil).  The Government may alter the acquisition strategy if purchase of existing surplus or newly manufactured inventory is in the best interest of the Government.

In order to receive an award, you must be registered in the System for Award Management (SAM).  SAM registration is at https://www.sam.gov.

Contact Information

Contracting Office Address

  • SMSG AVIATION SUP CH CORPORATE LTC 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA

Primary Point of Contact

Secondary Point of Contact





History