Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 20, 2024 SAM #8180
SOURCES SOUGHT

59 -- SPRRA224R0055 PATRIOT SPARES

Notice Date
4/18/2024 8:09:24 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
SPRRA224R0055
 
Response Due
4/22/2024 6:00:00 AM
 
Archive Date
05/07/2024
 
Point of Contact
Mari Bretz, Becky Brady
 
E-Mail Address
hecmari.bretz@dla.mil, becky.brady@dla.mil
(hecmari.bretz@dla.mil, becky.brady@dla.mil)
 
Description
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, Redstone Arsenal, Alabama to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small Business. The proposed North American Industry Classification Systems (NAICS) Code is 334412 and has a corresponding Size Standard of 750 employees. � The Government is seeking qualified sources for the acquisition of spare missile parts to add to the Lockheed Martin Captain of Industries (COI) Supplier Capability Contract (SCC) SPE4AX22D9000�s firm-fixed price, indefinite delivery requirements type subsumable for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). The requirement will be for up to a total of three (3) years period of performance for the following item(s). � � � CIRCUIT CARD ASSEMB, NSN: 5998-01-244-9896, Part# 11450637-19 AMC/AMSC 3C CIRCUIT CARD ASSEMB, NSN: 5998-01-443-5495, Part# 13507740 AMC/AMSC 3P See attached list for parts to be added to this long-term contract.� The technical data for these parts have undergone full screening per the DFARS PGI 217.7506, Spare Parts Breakout Program.� AMC/AMSC Code 3C, requires part to be acquired, for the second or subsequent 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. If one source is approved, AMCs 3, 4, or 5 are valid. If at least two sources are approved or if data is adequate for an alternate source to qualify in accordance with the design control activity's procedures, AMCs 1 or 2 are valid. AMC/AMSC Code 3C, requires part to be acquired, for the second or subsequent time, directly from the actual manufacturer. The rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. This code is used in situations where the Government has the data but does not own the rights to the data. If only one source has the rights or data to manufacture this item, AMCs 3, 4, or 5 are valid. If two or more sources have the rights or data to manufacture this item, AMCs 1 or 2 are valid. 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 Women-Owned small business concerns. All offerors must meet prequalification requirements in order to be eligible for award. The U.S. Army Combat Capabilities Development Command Aviation & Missile Center�s (AvMc DEVCOM) System Readiness Directorate (SRD), Sustainment Division (SD) is the engineering source authority for source approvals. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future efforts by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@mail.mil. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. 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 subsequent solicitation shall include a request for Economic Order Quantities (EOQs) to ensure optimal ordering quantities. The EOQ request, is to avoid acquisitions in disadvantageous quantities and to assist the Government in developing data for current and future acquisitions of this item/these items. �The Government anticipates the offeror�s proposal (in view of market research, historical awards, the nature of the item(s) being solicited, and the current economic environment) will include quantities/ranges that will vary from those being solicited. The solicited quantities are based on estimated annual demands and as such Government reserves the right to award the most advantageous quantities &/or ranges. The Government retains 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 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-CONTROL DATA. DLA DOES NOT INTEND TO DELAY AWARD IN ORDER FOR AN INELIGIBLE OFFER OR ITS SOURCE(S) OF SUPPLY TO APPLY FOR AND RECEIVE AUTHORITY TO ACCESS THE EXPORT-CONTROLLED DATA.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/619481f8daea42b8a4bec7ea394d8399/view)
 
Record
SN07035968-F 20240420/240418230100 (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.