Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 30, 2025 SAM #8647
SOURCES SOUGHT

59 -- SPRRA2-25-R-0110

Notice Date
7/28/2025 10:56:12 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
SPRRA2-25-R-0110
 
Response Due
7/31/2025 1:00:00 PM
 
Archive Date
08/15/2025
 
Point of Contact
Lewis Fournet, David Bennett
 
E-Mail Address
lewis.fournet@dla.mil, david.b.bennett@dla.mil
(lewis.fournet@dla.mil, david.b.bennett@dla.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
Sources Sought Notice Class Code: 59 NAICS Code: 333412 Subject: CIRCUIT CARD ASSEMBLY Solicitation Number: SPRRA2-25-R-0110 Set Aside Code: N/A Response Date: 3 Days Place of Performance: CAGE 05716 RAYTHEON COMPANY 350 LOWELL ST. ANDOVER, MA 01810-4400 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. The proposed North American Industry Classification Systems (NAICS) Code is 333412 which has a corresponding Size Standard of 750 employees. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of a CIRCUIT CARD ASSEMBLY, NSN: 5998-01-679-7279, Part Number: 13659558-204 in support of the M-D6 (PATRIOT) weapon system. This part must be acquired from the manufacturing source 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. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) having only one responsible source (Sole Source). CAGE 05716 RAYTHEON COMPANY 350 LOWELL ST. ANDOVER, MA 01810-4400 The Government does not have adequate data, lacks rights to data, or both need to purchase this part from additional sources. The government classifies this buy with an AMC code of 4C. 4C means the part will be acquired for the first time, directly from the actual manufacturer This part requires 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. The Government is interested in Women-Owned Small Business. All contractors must meet pre-qualification 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 accessing the website: SOURCE APPROVAL EMAIL/CONTACT INFORMATION: Questions concerning Source Approval Request (SAR) submissions can be directed to the SD SAR Team at usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@army.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 the 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. 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 CONTAINS 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. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNTIED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. ""EXPORT CONTROL REQUIRES THE APPLICABLE CERTIFICATIONS TO BE CURRENT FOR BOTH THE QUOTER AND MANUFACTURER. THE OFFEROR AND ANY SOURCE(S) OF SUPPLY IT WILL USE FOR CONTRACT PERFORMANCE MUST HAVE AN ACTIVE UNITED STATES/CANADA JOINT CERTIFICATION PROGRAM (JCP) CERTIFICATION TO ACCESS EXPORT-CONTROLLED DATA DLA DOES NOT INTEND TO DELAY AWARD IN ORDER FOR AN INELIGIBLE OFFER OR ITS SOURCE(S) SUPPLY TO APPLY FOR AND RECEIVE AUTHORITY APPROVAL TO ACCESS THE EXPORTCONTROLLED DATA""
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/c25773a8e44245e082e335c656b12d48/view)
 
Place of Performance
Address: Andover, MA 01810, USA
Zip Code: 01810
Country: USA
 
Record
SN07527230-F 20250730/250728230135 (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.