SOURCES SOUGHT
J -- Patriot Missile System Support & Production IDIQ
- Notice Date
- 9/1/2023 12:20:33 PM
- Notice Type
- Sources Sought
- NAICS
- 336414
— Guided Missile and Space Vehicle Manufacturing
- Contracting Office
- DLA LAND AT ABERDEEN ABER PROV GRD MD 21005 USA
- ZIP Code
- 21005
- Solicitation Number
- SPRBL1-RTN-2025
- Response Due
- 9/25/2023 1:00:00 PM
- Archive Date
- 11/20/2023
- Point of Contact
- Johnna Bursk
- E-Mail Address
-
johnna.bursk@dla.mil
(johnna.bursk@dla.mil)
- Description
- This Request for Information/Sources Sought is to identify any potential sources before soliciting a non-competitive acquisition per Federal Acquisition Regulation (FAR) 6.302-1, ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements�. This inquiry is for a material support contract for sole source Depot Level Repairable (DLR) and consumables in support of Raytheon's Department of Defense (DoD) platforms. The scope of this contract will also include Performance Based Logistics for the PATRIOT Missile System, Repair and Engineering Services, and may grow to include additional phases of support. This is not a solicitation for proposals and no contract shall be awarded from this announcement. This acquisition is anticipated to be sole source to Raytheon Company, 350 Lovell St. Andover, MA 01810, Commercial and Government Entity (CAGE) Code 05716, pursuant to the authority, 10 United States Code(USC) 3204(a)(1), as implemented by FAR 6.302-1(a)(2)(ii)(A) and (B) entitled ""Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements.� The Government anticipates an Indefinite Delivery / Indefinite Quantity long-term contract for sole-source Depot Level Repairable (DLR) consumable items manufactured by The Raytheon Company to include the following: hardware, software, and services inherent to production as well as wholesale supply, logistics support, inventory management, maintenance planning, configuration management and sustaining engineering associated with Raytheon sole-source systems or system components.� The intent is also for DLA to enable the Army, Navy, Air Force, and Marine Corps use of this contract vehicle for any of Raytheon�s 190+ DoD sole source systems. The Government anticipates any resultant contract to include one (1) five (5) year base period and one (1) four (4) year option period, pursuant to FAR 52.217-9, Option to Extend the Term of the Contract. All responses shall address: Ability to provide all necessary supplies, DLR spares and consumables in support of Raytheon-related platforms within the DoD Ability to provide engineering and logistics support, reliability improvement, configuration management and material management. Identification of long-lead time components as well as potential cost, technology or schedule/performance risk due to lead times and current capabilities. Identification of risk mitigation plan. Responses are due by 4:00pm EST on 25 September 2023 and shall be delivered via email or DoD SAFE (https://safe.apps.mil) to Johnna.Bursk@dla.mil.� All correspondence shall be in writing, no other forms of communication will be accepted. THIS IS NOT A REQUEST FOR QUOTE OR PROPOSAL. This notice is a sources sought notice and is not a solicitation. The Government does not intend to award a contract on the basis of this Sources Sought Announcement (SSA) or reimburse any costs associated with the preparation of responses to this SSA. This SSA is for planning and market research purposes only and shall not be construed as a commitment by the Government. Submission of any information in response to this notice is purely voluntary. The information provided in this SSA does not constitute a commitment, implied or otherwise. Responses in any form are not offers and the Government is under no obligation to award a contract to a respondent to this notice. Responses to this notice will only be used to determine capability/availability of sources and serve as a supplementary market research tool to determine acquisition strategy. Responders are solely responsible for all expenses associated with responding to this sources sought announcement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25da78143a5144a29f267433cb6eb577/view)
- Record
- SN06817207-F 20230903/230901230103 (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 |