This solicitation will contain 219 National Stock Numbers (NSNs) for the B-52, B-1B, Harpoon, and F-15 Aircrafts. This solicitation will be solicited for award of a firm fixed price contract for all (not part) of the listed NSNs. The approved source is DBA Boeing Company, CAGEs 81205, 05HA6, 94756, 43999, 82918, and 76301 for the below part numbers. The below NSNs will have variable quantities for a three year period with no option years. The FOB: Origin; Inspection/Acceptance: Varies. Specifications, plans, or drawings related to the procurement described are not available and cannot be furnished by the Government. 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 solicitation issue date is on or about 3 March 2021. The anticipated award date is on or around 3 April 2021.
3040000351184
5930000969678
6220001198612
6210001280024
3040001638795
5355001808773
1560002148492
6220002283477
1680002519193
1680002519196
1620003013184
4710003017879
4710003017887
4710003017888
5975003079419
1560003204688
1560003286541
5930003354722
1560003404113
5315003452181
5975004108835
3040004452133
1560005245933
4730005553133
1560005880320
1560006024683
5340006087595
5360006090673
5360006129054
1560006208762
1560006215944
5865006289974
1670006333784
4710006513020
6220006518384
1560006760821
6220007150198
6220007315420
1560007358231
4010007364856
1560007686270
1680007695781
4010007697063
6220007721447
5330007738851
5360007745592
1680007745604
1560007758376
5315007774605
1560007777807
4710007785329
4710007793036
5940007889783
4710007954363
1660007958764
6220007973191
5342008152641
1660009678207
1560009864065
5342009873938
5365010087707
5340010134813
1420010283086
1680010461378
5342010503130
1680010517479
6220010557422
5360010572907
1560010707752
1420010741956
1560010933614
5935011267047
6150011304617
6150011306906
6150011306908
6220011309294
6150011322487
6150011355237
1560011521402
1560011526477
1680011575300
6150011603187
5342011636985
5342011636986
5342011636987
5975011643742
1680011670929
4720011682384
5340011693041
5340011734868
3120011759333
5365011831681
4730011863540
5340011863760
4820011872836
5306011932374
5340011965824
6150011985076
5340011990518
5306011993402
1560011995239
5330012007834
5340012013717
5340012013755
5935012013851
5975012040724
3040012047663
5365012067489
4730012075209
5330012095055
5340012095473
1680012105497
5330012128201
4820012177417
5995012191727
5935012206552
5998012213946
5340012229252
1660012345201
5310012367384
1560012624311
1680012630405
6110012663542
1560012742729
5340012866282
1560013088440
1560013189958
9390013547443
1560013575003
5330013604746
5365013656394
1560013753628
1680014075580
1560014446535
5340014454812
1560014456159
5340014458072
3120014477827
1560014501703
1560014548127
1560014562562
4730014605325
5945014698041
9390014795171
5330014806045
5315014837388
1680014957033
3120014970698
4810015174193
1560015185247
1560015187795
5340015252940
4720015259951
4720015260121
4720015260760
4720015261815
4720015272141
1680015302675
5330015308301
1560015315098
5306015339201
5365015344013
5330015436133
5330015436138
1560015467502
1560015502520
6150015511173
6150015511175
6150015511176
6150015511177
6150015511183
1560015515601
1560015515608
5340015556993
5340015557003
1560015577911
1560015599432
1560015604743
5360015613321
5995015694200
5330015786289
5310015851138
5340015975101
1560016052563
5360016053972
5340016061756
5340016064928
5365016073279
5310016132701
1560016137147
5320016211544
5365016217265
5365016217268
1560016219340
1560016276895
1560016276912
1560016276929
1560016276937
1560016276966
5330016285240
5310016313947
1560016337760
1560016408999
3040016439415
1560016461117
1560016470905
5310016513206
5310016516374
5306016516405
5310016516429
5310016516441
5310016516443
5310016516445
5310016516454
5330016518822
5310016520222
6150016537270
6150016537379
1560016570349
Conditions for evaluation and acceptance of offers for part numbered items cited in the Acquisition Item Description (AID): This agency has no data available for evaluating the acceptability of alternate products offered. In addition to the data required in subparagraph (c) (2) of clause 52.217-9002, the offeror must furnish drawings and other data covering the design, materials, etc., of the exact product cited in the AID, sufficient to establish that the offeror’s product is equal to the product cited in the AID. To receive an award, regardless of dollar value, you must be registered in system for award management (SAM). SAM registration is at https://www.sam.gov.
The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source under the authority of FAR 6.302. 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 (thirty days if award is issued under an existing basic ordering agreement) 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.
It is the Government’s intent to use a letter solicitation format to the sole source Original Equipment Manufacturer (OEM); therefore, if any non-OEM source is interested in any of the NSNs, please notify the Contracting Officer prior to the synopsis closing date. Surplus dealers are also invited to respond to this synopsis. The response should include a completed surplus certificate, DLAD 52.211-9000, Government Surplus Material or adequate traceability documentation to show that the product is acceptable. (Note: Other Aviation sites will provide their equivalent surplus clause, as applicable). 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 SBA PCR ([email protected]). The Government may alter the acquisition strategy if purchase of existing surplus or newly-manufactured inventory is in the best interest of the Government.
Award will be made only if the offeror, the product/service, or the manufacturer meets qualification requirement at time of award, in accordance with FAR clause 52.209-1 or 52.209-2. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.
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 or services. 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.
Please contact the Acquisition Specialist for a copy of the solicitation.