MODIFICATION
15 -- This Sources Sought Synopsis (SSS) is seeking qualified sources for the acquisition of a RAMP ASSEMBLY,AIRCR, NSN: 1560-01-689-4236, Part Number: 724S6071-127 in support of the CH-47 CHINOOK weapon system.
- Notice Date
- 10/20/2025 6:49:30 AM
- Notice Type
- Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- (SPRRA1-26-R-0003)
- Response Due
- 12/4/2025 2:00:00 PM
- Archive Date
- 12/19/2025
- Point of Contact
- Richard Allen, Phone: 2562219950
- E-Mail Address
-
richard.allen@dla.mil
(richard.allen@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- This correspondence constitutes a letter solicitation to procure One (1) each, National Stock Number (NSN): 1560-01-689-4236, Part Number (P/N): 724S6071-127, Noun: Ramp Assembly, Aircraft, per demand AX5C0711AX, as a One-Time Buy (OTB) against the Basic Ordering Agreement (BOA) SPE4A1-25-G-0008/SPE4A1-25-G-0011, and in support of the Chinook Weapon system. All terms and conditions of the BOA and the requirements of this solicitation shall apply to any resultant award of this solicitation. Be advised, however, that this requirement has been advertised on the SAM.Gov website for viewing by the public. In the event another supplier indicates interest in responding to the requirement because of viewing the synopsis, a formal solicitation will be issued to accommodate that supplier. The Government hereby requests your company�s best pricing, delivery days, delivery rate, and terms and conditions, based upon the solicitation requirements. Proposals may be negotiated upon closing of this solicitation. For non-commercial items exceeding the $2,500,000 threshold, Certified Cost and Pricing Data must be submitted and in accordance with Federal Acquisition Regulation 15.408 Table 15-2. The United States Government (USG) and point of contacts (POCs) would like to draw your attention to some of the requirements of this solicitation and information that will be detailed in the attachments(s): This item is not deemed a Critical Safety Item (CSI) Contractor Tested First Article Test (FAT) is required Item Unique Identification (IUID)/Serial Numbering (SN) is required IAW DAFARS 211.274-2 Serial Number Requirement Reporting (SNRR) and The Army Maintenance Management System � Aviation (TAMMS-A) is not required Contractor Furnished Container is required The Government�s estimated Production Lead Time (PLT) is no more than: Five Hundred and Forty (540) days after contract award (DACA) when FAT has been waived or Eight Hundred and Ten (810) if FAT not waived If you intend to submit a First Article Test (FAT) waiver request, this needs to be submitted as soon as possible. Whether waived or not, if the proposal is received without pricing for FAT, the proposal shall be deemed inadequate. If the proposal is received that does not fully address all the requirements within this solicitation, the proposal shall be deemed inadequate. Additional clauses may be required for special requirements listed above but will be addressed on a case-by-case basis. An expedient reply is requested. However, the closing date for the referenced solicitation is not later than close of business on December 04, 2025. Please email a copy of your proposal to Richard Allen at richard.allen@dla.mil and Jennifer Royster at jennifer.royster@dla.mil. Thank you for your interest in supporting the mission at DLA Weapons Support.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/7335b6b96b6e4ee1a18e4fe8a86b7938/view)
- Place of Performance
- Address: Ridley Park, PA 19078, USA
- Zip Code: 19078
- Country: USA
- Zip Code: 19078
- Record
- SN07622717-F 20251022/251020230035 (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 |