Carrier Gear Assembly (NSN 3010-01-200-0020 YQ, Part Number 3501968-10): Sole-Source to Honeywell International, Inc., Cage 59364
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
2. Request for Proposal #: SPRTA1-19-R-0127
3. Purchase Request #: FD2030-19-00612
4. Nomenclature/Noun: Carrier Gear Assembly
5. NSN: 3010-01-200-020 YQ
6. Part Number: 3501968-10
7. Application (Engine or Aircraft): B-1B Aircraft
8. AMC: 3R - Acquire, for the second or subsequent time, directly from the actual manufacturer - The Government does not own the data or rights to the data needed to purchase this part from another source. It is not economical to procure the data or rights to the data.
9. Description/Function: Stater housing carrier assembly.
10. Dimensions: Approximately 6.50 inches in length, 6.50 inches in width, 6.50 inches in height, and 3.30 lbs. in weight.
11. Material: Cast Aluminum.
12. Approved Source: Cage Code 59364 - Honeywell International, Inc.
13. Qualification Requirements APPLY. Due to the complexity and criticality of the part, in addition to the part being sole-source to Honeywell International, Qualification Requirements also apply.
14. First Article is NOT required.
15. Export Control does NOT apply.
16. Critical Application Item (CSI) applicability: Item has critical characteristics but is not designated as a CSI item, therefore CSI criteria DO NOT apply to this item.
17. US Air Force Requirement. Award of a New Manufacture Fixed-Quantity, Firm Fixed-Price contract is contemplated. Surplus IS NOT authorized for this for this procurement.
Line Item 0001: Estimated Quantity of 30 Units with a final award range of Min 5 Units up to a Max of 86 Units / US Air Force requirement. Required Delivery: 10ea Per-Month, beginning 3 APR 2020. Early / consolidated deliveries acceptable. Destination: DLA Distribution Depot Oklahoma, Tinker AFB, OK (SW3211)
18. Surplus WILL NOT be considered for this for this procurement as Surplus IS NOT authorized for this procurement.
19. Mandatory Language: DLA OMBUDSMAN
(a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern.
(b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMB Circular A-76 competition performance decisions).
(c) The Competition Advocate (CA) at each contracting activity/office (as defined in DLAD 2.101) shall act as the ombudsman and attempt to resolve contractor complaints. DLA AVIATION - AOCA's CA/ombudsman can be reached at (405) 855-3556, facsimile (405) 734-8129. Complaints which cannot be so resolved shall be forwarded to the HQ through J-72 for resolution by the DLA competition advocate. Each activity is responsible for developing procedures for executing the duties and responsibilities. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.
20. IUID: If the unit cost is $5K or above, IUID marking requirements IAW FAR Clause 252.211-7003 shall apply.
21. Small Business Set Aside: Not Applicable
22. This solicitation shall utilize the procedures at FAR 15 for non-commercial acquisitions. Based upon market research, the Government is not using 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 Governments requirement with a commercial item within 15 days of this notice.
23. Subject to the Buy American Act / Balance of Payments Program.
24. Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. FAR Clause 52.232-18 shall apply. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability to be confirmed in writing by the Contracting Officer.
25. Electronic procedures will be used for this solicitation. Hard copies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.fbo.gov.