SPECIAL NOTICE
99 -- Notice of Intent
- Notice Date
- 5/6/2024 11:22:22 AM
- Notice Type
- Special Notice
- NAICS
- 334118
— Computer Terminal and Other Computer Peripheral Equipment Manufacturing
- Contracting Office
- DEFENSE LOGISTICS AGENCY
- ZIP Code
- 00000
- Solicitation Number
- DLA-Aberdeen-24011219
- Response Due
- 5/14/2024 1:30:00 PM
- Archive Date
- 05/29/2024
- Point of Contact
- Kristal Gahre, Johnna Bursk
- E-Mail Address
-
kristal.gahre@DLA.MIL, johnna.bursk@dla.mil
(kristal.gahre@DLA.MIL, johnna.bursk@dla.mil)
- Description
- Description: The Defense Logistics Agency-Aberdeen, on behalf of the Army Integrated Logistics Supply Center (ILSC), intends to acquire ATNAVICS Display Monitor PN: D3600453-1 NSN: 7025-01-501-1564 to support the requirements for the ATNAVICS System. A minimum projection for this Line Replaceable Unit (LRU) is currently estimated at a total quantity of 5 units per each LRU. The U.S. Government cannot guarantee specific requirement for production or supply of LRU�s. Interested sources capable of supplying these items submit their best economic range quantity to achieve manufacture cost savings as part of responses to this announcement. Requirements Description: NAME: ATNAVICS Display Monitor NSN: 7025-01-501-1564 P/N: D3600453-1 CAGE: 49956 QTY: 5 The Government does not possess the technical data package (TDP) for the parts. The TDP is owned by the manufacturer. Detailed data for repair and/or manufacturing, inspections and test procedures and other documentation pertaining to the existing design are not available from the Army. Sources that can manufacture or supply the listed parts are requested to submit information to show capability to manufacture or supply the same parts. At a minimum, information submitted should include but is not limited to the following and the questionnaire at the end of this document. In your response, please include your company name, CAGE code, and a technical point of contract with email address and telephone number. This information should be provided in the Contractor Questionnaire which is contained within or in an attachment form as part of this sources sought announcement. Notice, Response due Date, and Points of Contact: This is NOT a Request for Quote or Proposal. The Government does not intend to award a contract on the basis of this SSA or reimburse any costs associated with the preparation of responses to this SSA. This Sources sought announcement(SSA) is for planning and market research purposes only, and shall not be construed as a commitment by the Government. The information gathered from this announcement will be used to determine if responsible sources exist, and to assist in determining if this eff ort can be competitive and/or set aside for Small Business. Furthermore, the Government will use the information, in part, to determine the best acquisition strategy for a potential procurement action and/or to assist in making acquisition strategy decisions in the future. All SSA responses should be emailed to the Technical and Competition Advocate Points of Contact at the email addresses listed below. No phone inquiries will be accepted, either as a response to this action or for information requests. All requests for information must be submitted via email to the Technical Point of Contact and the Competition Advocate. Please submit responses by May 14th, 2024 by 04:30pm EST.� The intent of this Synopsis, in accordance with FAR 5.201, is to add the following sole-source action onto the already established contract with Raytheon Company, SPRBL1-15-D-0017. Market research suggests that Raytheon is the sole approved source capable of providing the required {insert the supply or service being procured}. SPRBL1-15-D-0017 is a ten (10) year Indefinite-Delivery Indefinite Quantity (IDIQ) contract providing for the support of sole-source Raytheon requirements to include spare parts, repairs, engineering services, maintenance, training, kits and performance based logistics. The contract was awarded on 28 September 2015. The period of performance includes a six (6) year base period followed by one (1), four (4) year re-determinable option period. The contract maximum ceiling is $8B. The current ordering period ends 26 September 2025.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eccc732a9451436d984e65b3a7d60cb9/view)
- Record
- SN07053783-F 20240508/240506230042 (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 |