Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 07, 2023 SAM #7923
SOURCES SOUGHT

17 -- BAR, HOLDBACK, LAUNCH

Notice Date
8/5/2023 9:41:52 AM
 
Notice Type
Sources Sought
 
Contracting Office
DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
 
ZIP Code
43218-3990
 
Solicitation Number
1720-01-064-6070
 
Response Due
8/25/2023 2:00:00 PM
 
Archive Date
09/09/2023
 
Point of Contact
Alisha Blanton614-692-5926, Phone: 6146925926
 
E-Mail Address
Alisha.Blanton@dla.mil
(Alisha.Blanton@dla.mil)
 
Description
AIRCRAFT LAUNCH AND RECOVERY EQUIPMENT (ALRE) CRITICAL APPLICATION ITEM The U.S. Government is conducting market research to identify potential sources that possess the unique and proven manufacturing capabilities to establish and maintain the process controls to manufacture this item in order to support consideration for a competitive procurement.� This notice does not constitute a Request for Quote (RFQ)/Invitation for Bid (IFB)/Request for Proposal (RFP) or a promise to issue an RFQ, IFB or RFP in the future.� This notice does not commit the U.S. Government to contract for any supply or service.� Further, the U.S. Government is not seeking quotes, bids or proposals at this time and will not accept unsolicited proposals in response to this request for information/sources sought notice.� The U.S. Government will not pay for any information or administrative costs incurred in response to this notice.� Submittals will not be returned to the responder. �It is the responsibility of potential offerors to monitor DLA Internet Bid Board System (DIBBS) for additional information pertaining to this requirement.� Accordingly, the U.S. Government highly encourages all interested businesses (large and small) to respond to this sources sought.� In addition, small businesses, in all socioeconomic categories (including, 8(a) Business Development Program, Small Disadvantage Business, Historically Underutilized Business Zone, Service-Disabled Veteran-Owned, Women-Owned Small Business concerns), must describe their identifying capabilities in meeting the requirements at a fair market price, i.e., information which may help support a set-aside, and include certification on meeting any limitations on subcontracting. �The NAICS code is 336413 Other Aircraft Part and Auxiliary Equipment Manufacturing with a size standard of 1,250. After reviewing the requirements, if you desire to participate in this RFI, you should provide documentation that supports your organization�s capability in meeting the requirements. �Failure to provide requested and supporting documentation may result in the Government being unable to adequately assess your capabilities. �If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement. BAR, HOLDBACK, LAUNCH, 1720-01-064-6070 82N CSI ALRE APPROVED SOURCES: NAVAIR P/N: 618541-3 Curtiss Wright (95169) York Precision Machining (81A16) SOURCE APPROVAL - TO BECOME AN APPROVED SOURCE OR PROVIDE THE PRODUCT OF AN APPROVED SOURCE AS DETERMINED BY THE ENGINEERING SUPPORT ACTIVITY, NAVAL AIR WARFARE CENTER (NAWC) AIRCRAFT DIVISION LAKEHURST. THE CRITERIA AND PROCEDURES FOR SOURCE APPROVAL ARE CONTAINED IN PART I OF THE NAVAL INVENTORY CONTROL POINT (NAVICP) PHILADELPHIA BROCHURE ENTITLED ""SOURCE APPROVAL INFORMATION BROCHURE FOR SPARES"". THE LATEST VERSION OF THIS BROCHURE MAY BE OBTAINED BY ACCESSING NAVICP'S WEBSITE: HTTPS://WWW.NAVSUP.NAVY.MIL, OUR TEAM, NAVICP, BUSINESS OPPORTUNITIES, COMMODITIES, SOURCE APPROVAL REQUEST (SAR) BROCHURE SPARES TO ASSIST IN THE DETERMINATION OF SOURCE APPROVAL, SURVEY SUBMITTAL MAY BE REQUIRED IN WHICH NAWC LAKEHURST MAY PARTICIPATE. IN ADDITION, THE POTENTIAL SOURCE MUST PROVIDE THE FOLLOWING INFORMATION, WHICH MAY BE CONSIDERED IN DETERMINING WHETHER THE OFFEROR IS AN APPROVED SOURCE: (1) A SOURCE APPROVAL LETTER FROM NAVICP'S ENGINEERING AND PRODUCT SUPPORT DIRECTORATE; OR; (2) OTHER EVIDENCE INDICATING THAT THE OFFEROR MEETS THE SOURCE APPROVAL CRITERIA. **DRAWINGS AVAILABLE VIA CFOLDERS MR010646070 THROUGH 8/25/2023** ALL REQUESTS FOR WAIVERS OR DEVIATIONS CLASSIFIED AS CRITICAL, MAJOR, OR MINOR MUST BE FORWARDED TO THE DSC CONTRACTING OFFICER FOR REVIEW AND APPROVAL. ALL ITEMS OF SUPPLY SHALL BE MARKED IAW MIL-STD-129.� IN ADDITION, EACH UNIT PACK WILL BE MARKED WITH LOT AND SERIAL NUMBER (IF AVAILABLE), CONTRACTOR'S CAGE CODE, ACTUAL MANUFACTURER'S CAGE CODE AND PART NUMBER. (February 2016) RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx RC001: DOCUMENTATION REQUIREMENTS FOR SOURCE APPROVAL REQUEST (SAR) RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT Certificate of Quality Compliance (CoQC) Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this procurement.� Review the Technical Data Package (TDP) for additional information.� If CDRL-COQCCDRLs is missing from DLA Collaboration Folders (CFolders) they can also be viewed in Appendix 1 of the DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT:� http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx The following Contract Data Requirements Lists (CDRLs), DD Form 1423s, apply to this NSN.� Review the Technical Data Package (TDP) for additional information. -First Article Testing Report -Production Test and Inspection Report -Weld Procedure Qualification Report -Certificate of Quality Compliance RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ009: INSPECTION AND ACCEPTANCE AT ORIGIN RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. RQ039: Non-Tailored Higher-Level Quality Requirements (SAE AS9100) for Manufacturers and Non-Manufacturers RQ040: Non-Destructive Testing (NDT) Accreditation Requirements RD002, COVERED DEFENSE INFORMATION APPLIES NOTE: THIS IS A RESTRICTED SOURCE ITEM AND REQUIRES ENGINEERING SOURCE APPROVAL BY THE GOVERNMENT DESIGN CONTROL ACTIVITY. THIS MATERIAL MUST MEET NAVAIR AIRCRAFT LAUNCH & RECOVERY EQUIPMENT TRACEABILITY REQUIREMENTS. �BARE ITEM MARKINGS SHALL BE IAW THE TECHNICAL DATA DRAWINGS PROVIDED. BARE ITEM MATERIAL SHALL BE MARKED WITH CONTRACT NUMBER, NAWC CAGE, AND PART NUMBER UNLESS OTHERWISE SPECIFICIED ON ASSOCIATED DRAWING. �IF A CONFLICT EXISTS WITH MARKING REQUIREMENTS OF THIS 82N ALRE/SE ITEM, THE ASSOCIATED DRAWING REQUIREMENTS SHALL APPLY. The Government Procuring Activity has determined that Surplus is not Acceptable for this NSN. (End of TQ Requirement) Item Unique Identification is not required by request of the Service customer. DFARS 252.211-7003(c)(1)(i) applies. SERIALIZATION: �Serialization is required for this ALRE CSI part as well as the packaging for traceability. Contractor technical documentation shall reflect the appropriate marking scheme. All serialized and lot numbered CSI parts shall be accounted for; to include material scrapped during manufacturing. �Re-branding by suppliers which obscures the original marking (part number, serial number, CAGE) of the OEM of ALRE CSI parts is prohibited. �Please notify DLA Contracting Officer if serialization is not practical due to size, material property, unreasonable or excessive cost. Any manufacturers or vendors who would like to pursue source approval will need to receive Source Approval guidance for submission to the design activity, NAVAIR, and the DLA Competition Advocate�s Office. Statement of Capability/ Source Approval Request (SAR) should be submitted no later than Friday, 25 August 2023 at 5:00PM EST.� The response information should be electronically mailed to Defense Land and Maritime, Alternate Offer Monitor - BPP, Directorate of Procurement, P.O. Box 3990, Columbus, OH 43218-3990 � optionally if via electronic submission (10 meg or less, in �.pdf� format) to: DSCC_AO-SAR@DLA.MIL (please note the underscore between DSCC and AO-SAR). Any questions can be directed to Alisha Blanton, Contracting Officer, at email: alisha.blanton@dla.mil.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/594be0b168894bb898146b45a4f27fb1/view)
 
Record
SN06778429-F 20230807/230805230040 (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.