SOURCES SOUGHT
59 -- MULTIPLE NSN PROJECT
- Notice Date
- 6/16/2022 2:00:50 AM
- Notice Type
- Sources Sought
- NAICS
- 335999
— All Other Miscellaneous Electrical Equipment and Component Manufacturing
- Contracting Office
- DLA AVIATION RICHMOND VA 23297 USA
- ZIP Code
- 23297
- Solicitation Number
- SPE4A7-22-R-0580
- Response Due
- 6/23/2022 12:00:00 PM
- Point of Contact
- Repanza Mason804-279-6153
- E-Mail Address
-
repanza.mason@dla.mil
(repanza.mason@dla.mil)
- Description
- The DLA Aviation is issuing these 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 a MULTI NSN PROJECT (1) NSN 5975-01-360-7386, Flange, Connector Pr, IAW 3M Company Div Electro and ;CAGE:53387; P/N: TH-7B; 3M Company DBA 3M; CAGE: 2H942; P/N: TH-7B and 3M Company; CAGE: 76381; P/N: 7100164425 for an Estimated Annual Quantity of 180 bx. The required delivery schedule is 262 days. FOB Destination and Inspection and Acceptance is Destination (2) 5975-01-360-7380, Flange, Connector PR IAW 3M Company DBA 3M; CAGE: 2H942; P/N: TH-1C and Arrow Electronics Australia Pty; CAGE: Z0D43; P/N: TH-1C. for an Estimated Annual Quantity of 410 bx. �The required delivery schedule is 60 days. FOB Destination and Inspection and Acceptance is Destination. (3) 5975-01-360-7384, Flange, Connector PR IAW 3M Company DBA 3M; CAGE: 2H942; P/N: TH-5D. for an Estimated Annual Quantity of 360 bx.� The required delivery schedule is 60 days. FOB Destination and Inspection and Acceptance is Destination. (4) 5975-01-416-3552, Connector Kit, Prote IAW 3M Company DBA 3M; CAGE: 2H942; P/N: HCPS-79. for an Estimated Annual Quantity of 27 kt.� The required delivery schedule is 89 days. FOB Destination and Inspection and Acceptance is Origin.� (5) 5975-01-360-7385, Flange, Connector Pr. IAW 3M Company DBA 3M; CAGE: 2H942 P/N: TH-6E. for an Estimated Annual Quantity of 36 bx.� The required delivery schedule is 60 days. FOB Destination and Inspection and Acceptance is Destination. (6) 5975-01-421-7903, Connector Kit, Prote. �IAW 3M Company DBA 3M; CAGE:2H942 P/N: HCPS-SS4. for an Estimated Annual Quantity of 51 kt.� The required delivery schedule is 60 days. FOB Destination and Inspection and Acceptance is Destination. The result 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 is 335999 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, Web site 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. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity 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 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. 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 June 23, 2022 @ 3pm. All responses under this Sources Sought Notice must be emailed to Repanza Mason @ repanza.mason@dla.mil.������������ If you have any questions concerning this opportunity please contact: to Repanza Mason @ repanza.mason@dla.mil.�������������� APPENDIX 1: Purpose and Objectives (1) NSN: 5975-01-360-7386 � Estimated Annual Demand Quantity: 180 bx.��� Minimum Delivery Order: 135 bx. Maximum Delivery Order: 180 bx. (2) NSN: 5975-01-360-7380 �� Estimated Annual Demand Quantity: 410 bx.��� Minimum Delivery Order: 308 bx. Maximum Delivery Order: 410 bx. (3) NSN: 5975-01-360-7384 �� Estimated Annual Demand Quantity: 360 bx.��� Minimum Delivery Order: 270 bx. Maximum Delivery Order: 360 bx. (4) NSN: 5975-01-416-3552 �� Estimated Annual Demand Quantity: 27 kt��� Minimum Delivery Order: 20 kt Maximum Delivery Order: 27 kt (5) NSN: 5975-01-360-7385 �� Estimated Annual Demand Quantity: 36 bx.��� Minimum Delivery Order: 27 bx. Maximum Delivery Order: 36 bx. (6) NSN: 5975-01-421-7903 �� Estimated Annual Demand Quantity: 51 kt��� Minimum Delivery Order: 38 kt Maximum Delivery Order: 51 kt 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 specific requirement for this effort is below: (1) NSN 5975-01-360-7386 Part Number 7100164425 Nomenclature Flange, Connector Pr Estimated Requirement 180 (2) NSN 5975-01-360-7380 Part Number TH-1C Nomenclature Flange, Connector PR Estimated Requirement 410 (3) NSN 5975-01-360-7384 Part Number TH-5D Nomenclature Flange, Connector Pr Estimated Requirement 360 (4) NSN 5975-01-416-3552 Part Number HCPS-79 Nomenclature Connector Kit, Prote Estimated Requirement 27 (5) NSN 5975-01-360-7385 Part Number TH-6E Nomenclature Flange, Connector Pr Estimated Requirement 36 (6) NSN 5975-01-421-7903 Part Number HCPS-SS4 Nomenclature Connector Kit, Prote Estimated Requirement 51 Technical Orders and Qualification Requirements are not available.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b8c10cfc294b47b88e9189af237e0f8f/view)
- Place of Performance
- Address: Richmond, VA 23297, USA
- Zip Code: 23297
- Country: USA
- Zip Code: 23297
- Record
- SN06361683-F 20220618/220616230123 (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 |