Federal Bid

Last Updated on 18 Dec 2018 at 9 AM
Combined Synopsis/Solicitation
Location Unknown

Shear Bolt (CSI)

Solicitation ID SPE5EC18R0012
Posted Date 31 Oct 2018 at 5 PM
Archive Date 18 Dec 2018 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Dla Troop Support - Construction & Equipment
Agency Department Of Defense
Location United states
PR#:1000065334
Solicitation Number: SPE5EC18R0012
NSN: 5306011758767
Nomenclature: Shear Bolt
Approved Sources:

M.S. Aerospace Inc. Cage: 0UCY9 P/N 70209-27007-104
Specialty Tool Company USA LLC Cage: 56937 P/N 70209-27007-104
Sikorsky Aircraft Corporation DBA Cage: 78286 P/N 70209-27007-104
Acufast Aircraft Products Inc. Cage: 4GP55 P/N 70209-27007-104

Quality Requirement: Army Critical Safety Item (CSI) with Contractor First Article Test (FAT) requirement. QAPS include EQ003; DWG NR 14153 SNRR 011758767; QE-STD-1; 1X4F3 CDRL-CFAT-SPC05 and 0506.

RFP Due Date: December 03, 2018
Anticipated award date: December 28, 2018

This solicitation for a long term contract for a Army designated (CSI), Shear Bolt as noted above. The resultant Long Term Contract (LTC) will have a base period of 2 years, followed by three "one" year Government Exercised Option periods. Economic Price Adjustments (EPA) will apply in accordance with DLAD 52.216-9030 as set forth in solicitation SPE5EC18R0012. This LTC requirement is being solicited under the Federal Acquisition Regulations (FAR) Part 15, Contracting by Negotiations on an unrestricted basis. The Annual Estimated Quantity (AEQ) for this item is approximately 1700 each per year. The required CSI is used on the various military helicopters such as 24F, 40A, 44N, C3N MH60R, HH-60 ETN, UH-60 and the C130 aircraft engine. A Small Business Subcontracting Plan (if Offeror is a large business) will be required if the award total exceeds $700,000.00 respectively. This acquisition is being solicited on an unrestricted basis. Delivery including FAT is 405 days. This solicitation contains Surge and Sustainment (S&S) requirements The item will be source inspected & be evaluated using FOB Origin. All deliveries will be packaged, marked and bar coded in accordance with the specifications of the solicitation. The Government will award a contract resulting from this solicitation based on past performance evaluations as permitted under FAR 15 and whose offer conforms to the terms of the solicitation. There are Surge requirements for this item. For additional information, please contact A. Albert Meloni at 215-737-9165 or email a request to [email protected]. Attachments to the solicitation include Offer Pricing Spreadsheet. The solicitation will be post in DIBBS.

 

Bid Protests Not Available

Similar Past Bids

Location Unknown 20 Apr 2015 at 7 PM
Location Unknown 27 Aug 2014 at 9 AM
Batavia Illinois 05 Aug 2016 at 2 PM
Location Unknown 20 Aug 2012 at 2 PM

Similar Opportunities

Minneapolis Minnesota 31 Jul 2025 at 7 PM
Minneapolis Minnesota 15 Jul 2025 at 8 PM
West haven Connecticut 16 Aug 2025 at 4 AM (estimated)
Hanscom air force base Massachusetts 20 Jul 2025 at 9 PM
Hanscom air force base Massachusetts 20 Jul 2025 at 9 PM