Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 15, 2022 SAM #7471
SOURCES SOUGHT

15 -- Sources Sought SPRRA1-22-R-0047 SPAR, AIRCRAFT

Notice Date
5/13/2022 8:37:29 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA1-22-R-0047
 
Response Due
5/17/2022 1:00:00 PM
 
Point of Contact
Christopher Butler, Phone: 2566905455, DANIELLE JEFFERSON
 
E-Mail Address
CHRISTOPHER.BUTLER@DLA.MIL, DANIELLE.JEFFERSON@DLA.MIL
(CHRISTOPHER.BUTLER@DLA.MIL, DANIELLE.JEFFERSON@DLA.MIL)
 
Description
Class Code: 15 NAICS Code: 336413 Subject: SPAR, AIRCRAFT Solicitation Number: SPRRA1-22-R-0047 Set Aside Code: N/A Sources Sought Description: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. The proposed North American Industry Classification Systems (NAICS) Code is 336413 which has a corresponding Size Standard of 1250 employees. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of a SPAR, AIRCRAFT, NSN: 1560-01-125-0775, Part Number: 70209- 06052-046 in support of the UH-60 Blackhawk weapon system. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity�s procedures, as approved by the cognizant Government engineering activity. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only a limited number of responsible sources. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by emailing: usarmy.redstone.ccdc-avmc.mbx.ame-sar@mail.mil The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to: supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE AND SHALL NOT BE CONSTRUED AS A 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. THIS ACQUISITION CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNTIED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/8e38e2aed48f455cb73e84be0e59c152/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN06327269-F 20220515/220513230103 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.