SOURCES SOUGHT
14 -- : MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) � SOLE SOURCE LOCKHEED MARTIN
- Notice Date
- 1/10/2024 2:47:45 PM
- Notice Type
- Sources Sought
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA224R0024
- Response Due
- 1/15/2024 2:30:00 PM
- Archive Date
- 01/30/2024
- 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
- SAM.GOV - SOURCES SOUGHT HEADER INFORMATION RELATED NOTICE: SPRRA224R0024 TITLE: MULTIPLE LAUNCH ROCKET SYSTEM CONTROL SECTION,GUI SPARES (NSN 1420-01-540-8608) � SOLE SOURCE LOCKHEED MARTIN NOTICE ID: SPRRA224R0024 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 ISNOSOLICITATIONAVAILABLEATTHISTIME.REQUESTFORASOLICITATIONWILLNOTRECEIVEA RESPONSE. This Sources Sought Synopsis(SSS)isinsupportofMarketResearchbeing conductedby theDefense Logistics Agencytoidentifypotentialmanufacturing/supply sources, andiffutureefforts canbecompetitiveor SetAside for Small Business. TheproposedNorthAmerican Industry Classification Systems(NAICS) Code and the corresponding Size Standard of employeesislistedbelow.This SSSistonotify companiesthattheDefenseLogisticsAgency,RedstoneArsenal,Alabama,is seekingqualifiedsourcesfortheacquisitionfortheitemslistedbelowinsupportoftheMULTIPLE LAUNCH ROCKET SYSTEM. Requisition Noun NSN Part NAICS SIZE AMRC D13B0503D1 CONTROL SECTION,GUI 1420015408608 13540365 336419 1050 3B The technical data for this part has undergone full screening per the DFARS PGI 217.7506, Spare Parts Breakout Program. This item has been assigned an AMC �3� and must be acquired, for the second or subsequent time, directly from the actual manufacturer. This part is designated AMSC �B� and must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. Suitable technical data, Government data rights, or manufacturing knowledge are not available to permit acquisition from other sources, nor qualification testing of another part, nor use of a second source part in the intended application. Although, by DoD-STD-100 definition, altered and selected items shall have an adequate technical data package, data review discloses that required data or data rights are not in Government possession and cannot be economically obtained. SPRRA224R0024 SPRRA224R0024 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 WomenOwned 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 UNITIED 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
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/25646641516346de8aa3858799bc7f20/view)
- Place of Performance
- Address: Grand Prairie, TX 75051, USA
- Zip Code: 75051
- Country: USA
- Zip Code: 75051
- Record
- SN06932623-F 20240112/240110230049 (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 |