Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 09, 2025 SAM #8718
SOURCES SOUGHT

53 -- NSN: 5320-014663873, PIN-RIVET

Notice Date
10/7/2025 1:57:30 PM
 
Notice Type
Sources Sought
 
NAICS
332510 — Hardware Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4A626R0035
 
Response Due
10/14/2025 2:00:00 PM
 
Archive Date
10/29/2025
 
Point of Contact
Ive Allen, Derrick Looney
 
E-Mail Address
ive.allen@dla.mil, derrick.looney@dla.mil
(ive.allen@dla.mil, derrick.looney@dla.mil)
 
Description
SOURCES SOUGHT: PIN-RIVET; End Item: AIRCRAFT,B-2 BOMBER (ATB) SPE4A626R0035 The Defense Logistics Agency is issuing a source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for NSN 5320-014663873, PIN-RIVET. There are approved sources of supply: HOWMET GLOBAL FASTENING SYSTEMS INC 06950 P/N HLT451-6-15 HUCK INTERNATIONAL, INC 17446 P/N HLT451-6-15 SPS TECHNOLOGIES, LLC 56878 P/N HLT451-6-15 WEST COAST AEROSPACE, INC. 60516 P/N HLT451-6-15 HI-SHEAR CORPORATION 73197 P/N HLT451-6-15 HOWMET GLOBAL FASTENING SYSTEMS INC 92215 P/N HLT451-6-15 LISI AEROSPACE CANADA CORP DIV HI L4528 P/N HLT451-6-15 The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 332510. THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. Drawings are not available. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by 10/14/2025. All responses under this Sources Sought Notice must be emailed ive.allen@dla.mil. If you have any questions concerning this opportunity, please contact: Ive Allen. Technical Orders and Qualification Requirements are not available.APPENDIX 1: Purpose and Objectives Potential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s). Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. The unit prices will be established at the time of a contract award. The specific requirement for this effort is below: Part Number Nomenclature NSN Estimated Requirement HLT451-6-15 PIN, RIVET 5320-014663873 100 EACH If your company desires to be reviewed and qualified as an ""Approved Source"" for this item, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached JACG SAM HB document. A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the required item. The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item, which DLA Aviation is procuring. DLA-Aviation can only receive Source Approval Requests (SAR) through DoDSafe link due to internet/web safety concerns. To submit your SAR please send an email to: dlaavnsmallbus@dla.mil, subject line ""Request a SAR drop off"". Include CAGE code, the NSN and the email address where you want to receive the DoDSafe link. After your email is received, a DoDSafe drop off will be returned, where you can download your SAR file.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b5c0121753344d25bc7f0f9b88b1ed26/view)
 
Place of Performance
Address: Richmond, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN07614124-F 20251009/251008010145 (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.