Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2019 FBO #6558
SOURCES SOUGHT

16 -- 1650; CYLINDER ASSEMBLY, A; F-18 AIRCRAFT; WSDC: Z9N; WSIC: F

Notice Date
11/7/2019
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Defense Logistics Agency, DLA Acquisition Locations, DLA Aviation - BSM, 8000 Jefferson Davis Highway, Richmond, Virginia, 23297-5000, United States
 
ZIP Code
23297-5000
 
Solicitation Number
SPE4A720C0203
 
Archive Date
11/27/2019
 
Point of Contact
Stephanie S Lowe, Phone: 8049983914, Frances M. Wilhelm, Phone: (804)279-5959
 
E-Mail Address
Stephanie.Lowe@dla.mil, Frances.Wilhelm@dla.mil
(Stephanie.Lowe@dla.mil, Frances.Wilhelm@dla.mil)
 
Small Business Set-Aside
N/A
 
Description
DLA Aviation, Richmond VA is issuing this sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for this item: NSN: 1650 012629434 Nomenclature: CYLINDER ASSEMBLY, A Intended Source(s): Raytheon Company DBA Raytheon 072E5 P/N 3930AS430 BOEING COMPANY, THE DBA Boeing 0PXV4 P/N 3930AS430 Quantity: CLIN 0001 - 590 CLIN 0002 - Government First Article Test CLIN 0003 - Government Production Lot Test The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336413. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. In order to deliver technical capability and if significant subcontracting or teaming is anticipated. Organizations should address the administrative and management structure of such arrangements in IAW FAR 10.001(b). The government will evaluate market information to ascertain potential market capacity in order to: 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes - compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Multiple awards are possible. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 12 Nov 2019, 2:00 p.m. (EDT). Email responses under this Sources Sought Notice to Stephanie.Lowe@dla.mil. With questions concerning this opportunity, contact Stephanie Lowe at the above referenced email. APPENDIX 1: Purpose and Objectives Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s). Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. The unit prices established at the time of a contract award. Offerors not cited as acceptable sources in the Purchase Order Text are required to obtain Source Approval from The Design Control Activity. SOURCE APPROVAL REQUESTS/TECHNICAL DATA PACKAGES must be submitted to DLA AVIATION with the proposal. Submit SAR package to: Jennifer Wrenn FAX: (804) 279-6331 Telephone: (804) 279-5114 DSN: 695-5114 Agency: Defense Logistics Agency Office: DLA DU Jennifer.Wrenn@dla.mil 1C - This part required engineering source approval by the design control activity in order to maintain the quality of the part. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DLA/J3/DSCR-BSM/SPE4A720C0203/listing.html)
 
Place of Performance
Address: 8000 Jefferson Davis Hwy, Richmond, Virginia, 23297-5002, United States
Zip Code: 23297-5002
 
Record
SN05492109-W 20191109/191107230845-0761e3f0283612e4671dc4b98cd44ee8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.