Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 10, 2024 SAM #8079
SOURCES SOUGHT

59 -- PATRIOT MISSILE SPARES (MULTIPLE NSNS) � SOLE SOURCE LOCKHEED MARTIN

Notice Date
1/8/2024 11:56:18 AM
 
Notice Type
Sources Sought
 
NAICS
334412 — Bare Printed Circuit Board Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA2-24-R-0016
 
Response Due
1/11/2024 2:30:00 PM
 
Archive Date
01/26/2024
 
Point of Contact
David Bennett, Becky Brady
 
E-Mail Address
david.b.bennett@dla.mil, becky.brady@dla.mil
(david.b.bennett@dla.mil, becky.brady@dla.mil)
 
Description
SPRRA224R0016 SPRRA224R0016 SAM.GOV - SOURCES SOUGHT HEADER INFORMATION RELATED NOTICE: SPRRA224R0016 TITLE: PATRIOT MISSILE SPARES (MULTIPLE NSNS) � SOLE SOURCE LOCKHEED MARTIN NOTICE ID: SPRRA224R0016 FEDERAL ORGANIZATION: SPRRA2 DLA AVIATION AT HUNTSVILLE, AL GENERAL INFORMATION CONTRACT OPPORTUNITY TYPE: PRE-SOLICITATION RESPONSE DATE: A MINIMUM OF 3 DAYS TIME ZONE: (UTC-0500) CENTRAL STANDARD TIME, CHICAGO INACTIVE POLICY: X � 15 DAYS AFTER RESPONSE DATE INITIATIVE: NONE DO YOU WANT TO ENABLE AN INTERESTED VENDORS LIST FOR THIS NOTICE? YES DO YOU WANT TO ALLOW OTHER VENDORS TO VIEW THE INTERESTED VENDORS LIST? NO CLASSIFICATION ORIGINAL/UPDATED SET ASIDE: X-BLANK PRODUCT SERVICE CODE: SEE BELOW NAICS CODE: SEE BELOW PLACE OF PERFORMANCE LOCATION: X-BLANK DESCRIPTION: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. The proposed North American Industry Classification Systems (NAICS) Code and the corresponding Size Standard of employees is listed below. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition for the items listed below in support of the Patriot Missile Weapons System. Requisition Noun NSN Part NAICS SIZE AMRC D13F0247D1 SKID,SHIPPING AND S 1450016874222 14101260-1 336419 1050 3P D13F0248D1 SKID,SHIPPING AND S 1450016874300 14101260-2 336419 1050 3P D13F0277D1 CABLE ASSEMBLY,POWE 6150014446575 13507227 335311 800 3C D14F0019D1 CIRCUIT CARD ASSEMB 5998014973340 13508140 334412 750 3C D14F0020D1 CIRCUIT CARD ASSEMB 5998014408037 13507350 334412 750 3P The technical data for this part has undergone full screening per the DFARS PGI 217.7506, Spare Parts Breakout Program. These items have assigned an AMC �3� and must be acquired, for the second or subsequent time, directly from the actual manufacturer. AMSC �C� parts require engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application. AMSC �P� - the rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. SPRRA224R0016 SPRRA224R0016 As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) having only a limited number of responsible sources. The Government is interested in all businesses to include 8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women- Owned small business concerns. All contractors must meet prequalification requirements in order to be registered as a potential source. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for future solicitations by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-m-sar@mail.mil. The contractor shall be capable of successfully performing and complying with any and all special requirements in accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices established at time of a contract award. The contractor will be responsible for recurring and nonrecurring engineering services associated with becoming a qualified source. The contractor will also be responsible for all aspects of the manufacturing/production process, including but not limited to - supply chain management, logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final delivery of assets as well as any and all additional costs incurred resulting from contract performance. Procurement consists of two or more requirements for supplies, based on forecasted demands. The Government reserves the right to cancel this procurement, partially or in entirety before award. In the event the Government cancels this acquisition (partially or in entirety) before award, the Government has no obligation to reimburse an offeror for any costs. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A SOLICITATION IN THE FUTURE 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. THIS ACQUISITION MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401- 2402) EXECUTIVE ORDER 12470. ARMS EXPORT INFORMATION CANNOT BE RELEASED OUTSIDE THE UNTIED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. THIS ACQUISITION MAY CONTAIN DATA WHICH IS CONSIDERED CRITICAL TECHNOLOGY AND HAS BEEN RESTRICTED FOR RELEASE OUTSIDE OF THE UNITED STATES. RESTRICTED INFORMATION CAN NOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT APPROVAL OF THE GOVERNMENT. ATTACHMENT�S/LINKS: NONE �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7e30eb077f4d43e18a2b356c4265ea0a/view)
 
Place of Performance
Address: Grand Prairie, TX, USA
Country: USA
 
Record
SN06930147-F 20240110/240108230048 (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.