SOURCES SOUGHT
15 -- A-10 Ballistic Foam Follow-On
- Notice Date
- 7/14/2023 11:31:47 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23237 USA
- ZIP Code
- 23237
- Solicitation Number
- SPE4A223R0016
- Response Due
- 8/4/2023 12:00:00 PM
- Archive Date
- 08/19/2023
- Point of Contact
- Michael Gargiulo, Michele Johnson
- E-Mail Address
-
michael.gargiulo@dla.mil, MICHELE.D.JOHNSON@DLA.MIL
(michael.gargiulo@dla.mil, MICHELE.D.JOHNSON@DLA.MIL)
- Description
- The DLA Aviation Richmond 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 of 448 competitive items that are being used on the A-10 aircraft. Specifically, the Defense Logistics Agency (DLA) Aviation in conjunction with the United States Air Force (USAF) are working to develop and implement an acquisition support strategy for the ballistic foam used on the A-10 aircraft. The A-10 Thunderbolt II aircraft� was designed by Fairchild Republic for use by the Unites States Air Force (USAF).� The A-10 was designed for close air support (CAS) of friendly ground troops, attacking armored vehicles and tanks, and providing quick-action support against enemy ground forces.� It is has a single-seat, twin turbofan engine, and is the only aircraft used by the USAF solely for CAS. The airframe was designed for durability, with measures such as 1,200 pounds (540 kg) of titanium armor to protect the cockpit and aircraft systems, enabling it to absorb a significant amount of damage and continue flying.� The goal of this effort is to improve parts support to depot maintenance facility at Warner Robins Air Logistics Center (WR-ALC) and all operational customers worldwide (to include Foreign Military Sales (FMS). The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) codes assigned to this procurement are 336413, 336413, 332999 and/or 326140. 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.� The government will evaluate market information to ascertain potential market capacity to: provide services consistent in scope and scale with those described in this notice and otherwise anticipated secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements 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 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 BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. If your organization has the potential capacity to perform these contract services, please provide the following information and answer the following questions as part of your response: Organization name Physical address Email address Web site address Telephone number 6)�� Indicate your firm's business size (certified small or large). a. If small business, under which NAICS code(s) are you considered a small business? b. Which small business sub-category does your company qualify under (if any)? (8A, HubZone, Service-Disabled Veteran Owned Small Business, Woman Owned Small Business, etc.) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. Questions: 1. Please indicate if your firm is a manufacturer, dealer/distributor, integrator, or other (explain). 2. Describe your current distribution capabilities (E.g., ability to meet customer requirements, surge capabilities, etc.) 3. Would you consider these items to be commercial or commercial of a type? 4.� How long are you able to hold pricing; i.e. 5 years, 3 years with 2 year options, shorter or longer timeframes? 5. How many NSNs would you be able to feasibly price within 90 days? Within 120 days? Other? 6. Would you want a ramp up period for this contract? a. If yes, what is a reasonable ramp up period? 7. What additional services would you be able (if any) to provide for this NSN population (E.g., vendor managed inventory, inventory buybacks, other discounts, etc.)? 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 August 4, 2023, at 3:00 p.m., Eastern standard time. All responses under this Sources Sought Notice must be emailed to Michele Johnson, Contracting Officer and Michael Gargiulo, Program Manager at �michele.d.johnson@dla.mil�and�michael.gargiulo@dla.mil.� If you have any questions concerning this opportunity please contact: michael.gargiulo@dla.mil and/or michele.d.johnson@dla.mil. 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 will be established at the time of a contract award. The NIIN list for this requirement is listed in Attachment 1. Technical Orders and Qualification Requirements are not available.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3041c17250d243f888c9c610e27baa76/view)
- Record
- SN06749956-F 20230716/230714230046 (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 |