Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 05, 2022 SAM #7645
SOLICITATION NOTICE

14 -- 4 NSNs: Stryker TOW Launcher, Guided Missile Launcher, Power Cable, Upgraded Armament Ctrl Unit Assy

Notice Date
11/3/2022 11:25:48 AM
 
Notice Type
Presolicitation
 
NAICS
336415 — Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA223R0003
 
Response Due
11/18/2022 3:00:00 PM
 
Point of Contact
Anna Phillips, Phone: 2566905427, Jennifer Triolo, Phone: 2563033127
 
E-Mail Address
anna.phillips@dla.mil, jennifer.triolo@dla.mil
(anna.phillips@dla.mil, jennifer.triolo@dla.mil)
 
Description
No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA-AHCA, Anna Phillips, Contract Specialist, via email anna.phillips@dla.mil For request for solicitation, in the email subject line enter SPRRA2-23-R-0003 provide your name, the company name, Cage Code and a telephone/facsimile number. PRON: D12V2277D1. The Department of Defense, Defense Logistics Agency � Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 5 of STRYKER TOW LAUNCHER, NACIS Code: 336415, NSN: 1440-01-661-1046, Part Number: 13710835-1 applicable to the IMPROVED BRADLEY ACQUSITION SUBSYTEM (IBAS). The estimated Production Lead Time (PLT) without First Article Testing is 270 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059 PRON: D12V2278D1. The Department of Defense, Defense Logistics Agency � Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 5 of LAUNCHER, GUIDED MIS, NACIS Code: 336415, NSN: 1440-01-661-3066, Part Number: 13710835 applicable to the IMPROVED BRADLEY ACQUISITION SUBSYSTEM (IBAS). The estimated Production Lead Time (PLT) without First Article Testing is 270 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059 PRON: D12V2279D1. The Department of Defense, Defense Logistics Agency � Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 50 of CABLE ASSEMBLY, POWE, NAICS Code: 335311, NSN: 6150-01-575-3967, Part Number: 13494746-1 applicable to the IMPROVED BRADLEY ACQUISITION SUBSYSTEM (IBAS). The estimated Production Lead Time (PLT) without First Article Testing is 450 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059 PRON: D12V2280D1. The Department of Defense, Defense Logistics Agency � Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 20 of UPGRADE, ARMAMENT CO, NAICS Code: 336415, NSN: 6150-01-575-3967, Part Number: 13494746-1 applicable to the IMPROVED BRADLEY ACQUISITION SUBSYSTEM (IBAS). The estimated Production Lead Time (PLT) without First Article Testing is 540 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059 These items are restricted to: ON POINT DEFENSE: 6MD81 AMSC D: The data needed to acquire this part competitively is not physically available, it cannot be obtained economically, nor is it possible to draft adequate specifications or any other adequate, economical description of the material for a competitive solicitation. 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. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) having only a limited number of responsible sources. AMSC B: This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. 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. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) having only a limited number of responsible sources. All offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website: https://www.avmc.army.mil/Directorates/SRD/SAR/ and looking under Standardized Aviation and Missile Source Approval Request (SAMSAR). The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. NSN: 1440-01-661-1046 -- W-A-R-N-I-N-G! DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT NSN: 1440-01-661-3066 -- W-A-R-N-I-N-G! DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT NSN: 6150-01-575-3967-- W-A-R-N-I-N-G! DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT NSN: 1440-01-699-8511 -- W-A-R-N-I-N-G! DOCUMENT CONTAINS�TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/74c723caefc247358f51bc1ffd72d839/view)
 
Place of Performance
Address: Fort Lauderdale, FL, USA
Country: USA
 
Record
SN06509280-F 20221105/221103230059 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.