This solicitation will contain 123 National Stock Numbers (NSNs) for the F-15, F-18, B-52 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, CAGE 76301, 81205, 82918, 43999, 17765, 8V613, and 88277 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 2 December 2021. The anticipated award date is on or around 17 December 2021.
6150016572059
5995015937546
6150016680106
1560012799222
1560012799229
1560013715600
1560013715601
1560012466405
1560012466406
1560013301329
5306015316997
5340012150803
5330012611599
1560012200317
5340012107598
1560012086896
5340013399654
1560014693107
1560012323977
1560016121113
1560013646763
5342012714541
1680013475765
3040013977230
1560012727922
5360012592848
5360012596179
1620011670671
5310012110605
4710012017818
4710011820348
5340011820422
4710011882205
1680016656290
1680012118622
1680012230751
1560012227604
5340011723358
4010012494334
4010012504669
1680012423918
1680012242057
1680015656113
5340012484450
5330012473952
1630012217355
5365013545804
1560012418596
5360013505329
1560012418591
1560012418590
1660013068486
5365013563338
5999011798592
5306014340871
1730011942486
1730016689497
1730016689496
1730013330674
3040013309513
5120012590792
1680016731555
6220016657433
5995015879785
5342013918808
1680015818711
5360016508103
1560016715003
5340016146745
5310015609478
5999014923290
5365014497338
5342014181020
5320013499481
5315012825715
1560012528195
5340012260827
5360012204147
4710011882201
1560011250454
3120010064026
1620004530229
5935004393786
6150003505312
3120002707706
5935013205749
5340016658290
1560016091642
1560011995254
5340012782218
1620011964292
1560012231355
5340013720438
6220012149896
5340011675230
1660012047535
6020016649400
1650012442870
5310011612496
3120011697169
6150012554710
1560014554308
1560016837968
5310016832720
3120016814055
5305016793109
5935016703175
5330016639989
4710016586586
5940015493273
5365014720665
5970013018577
1560012204280
5915012052932
5935011997115
5365011921831
5360011875847
1560011834219
5970002906044
1680007904270
5340014936558
5998009295091
1680016469043
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.