Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 24, 2023 SAM #7879
SOURCES SOUGHT

H -- H-1 Next Phase COI

Notice Date
6/22/2023 12:37:19 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT PHILADELPHIA, PA PHILADELPHIA PA 19111-5098 USA
 
ZIP Code
19111-5098
 
Solicitation Number
SPRPA1-23-R-004E
 
Response Due
6/29/2023 2:00:00 PM
 
Archive Date
07/14/2023
 
Point of Contact
Richard Ferraiolo
 
E-Mail Address
richard.ferraiolo@dla.mil
(richard.ferraiolo@dla.mil)
 
Description
The purpose of this Sources Sought Notice is to conduct market research and to gauge potential interest in this anticipated support program. The Government seeks information that will be used as part of an analysis to determine if responsible sources exist to designate this effort as a competitive acquisition. The proposed North American Industry Classification Systems (NAICS) code is 336413 which has a corresponding size standard of 1000 employees. The Government will use this information to determine the best acquisition strategy for this procurement. The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, Hubzone, and Women-Owned small business concerns. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. This Sources Sought is to potentially add approximately 1833 National Stock Numbers (NSNs) under a subsumable Procurement Instrument Identification Number (PIIN) to the Bell Captains of Industry (COI) contract, SPE4AX-17-D-9410. The COI Contract is strategic in nature and is the primary vehicle for this requirement.� DLA intends to add the attached list of NSN�s as a sole source Performance Based (PB) Requirements Type Contract with various Federal Supply Classes (FSCs). �The contractor will be required to meet supply chain performance-based metrics for material availability for the approximate list of 1833 NSNs.� The Government intends to solicit and negotiate with only one source under authority the of FAR 6.302-1. Other interested parties may identify their interest and capability to support the objectives by responding to this notice. DLA Aviation intends to award a sole source contract to Bell Textron Inc. All responsible sources may identify their interest and capability to fulfill the requirement. This notice of intent is not a request for competitive proposals. A determination by the Government not to compete 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. Any entity interested in providing some of the required products but cannot provide the required Performance Based outcome may be afforded an opportunity to partner with the prime contractor, Bell Textron, Inc., or participate as a subcontractor. Please provide any anticipated teaming arrangements, along with a description of similar support offered to the Government and to commercial customers for the past three years. Any responses involving teaming arrangements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners. Entities seeking to become an approved source of supply for any of the items covered by this notice should note that the time required for approval of a new source is normally such that an award cannot be delayed pending approval of a new source. Sources that are not approved for manufacture of these items must obtain source approval from the Government. Please note that if the evaluation of source approval requirements precludes the ability to obtain subject items in time to meet Government requirements, award of the subject requirement may continue based on support needs. Please provide the following business information in your response: Company Name, Address, CAGE Code, Point of Contact, Phone, Email and web page URL if available. Also please describe what small business type or category you represent. Any responses to this Sources Sought are required to include responses to the following: 1. Describe your experience executing relevant performance-based programs. 2. Are you qualified to manufacture any of the components listed in this announcement? Then if so, by whom are you qualified and for what components? 3. What is your experience manufacturing any of the components listed? 4. Is your interest in this effort as a prime or sub-contractor? 5. Describe your facilities, transportation, manufacturing, manpower capabilities and capacity and inventory management capabilities. 6. How much transition time would your company require to perform on this contract? This would include capabilities to perform under this contract. 7. What quality control measures do you currently have in place (ISO 9000, 9001, AS9100, NADCAP (National Aerospace and Defense Contractors Accreditation Program)? 8. Describe your experience with Government Source Inspection, Critical Safety Items, and other OSHA standards. 9. How many employees are in your company? 10. Are you currently registered in the System for Award Management (SAM) and the Wide Area Workflow (WAWF)? 11. What suggestions, if any, do you have for this Performance Based contract (including evaluation criteria, CLIN structure, contract structure, or other topics)? 12. Do you possess all the necessary technical data to perform for this Performance Based contract? 13. Do you have electronic interface capability with military inventory control points? Interested sources should contact DLA Aviation by June 29, 2023 for further information. Inquiries should be directed to the Contracting Officer, Richard Ferraiolo, DLA Aviation � 700 Robbins Ave., Philadelphia, PA 19111. Email: Richard.Ferraiolo@DLA.mil Other interested parties may identify their interest and capability to respond to the requirement no later than 6/29/2023. 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 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/b5987e20d36e49eeae5170dd8f607cdb/view)
 
Record
SN06725422-F 20230624/230622230120 (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.