SOURCES SOUGHT
12 -- Sources Sought Notice Multiple NSNs
- Notice Date
- 7/14/2025 8:57:04 AM
- Notice Type
- Sources Sought
- NAICS
- 334418
— Printed Circuit Assembly (Electronic Assembly) Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA2-25-R-0095
- Response Due
- 7/17/2025 2:00:00 PM
- Archive Date
- 08/01/2025
- Point of Contact
- Jackson Cannon, David Bennett
- E-Mail Address
-
jackson.cannon@dla.mil, david.b.bennett@dla.mil
(jackson.cannon@dla.mil, david.b.bennett@dla.mil)
- Small Business Set-Aside
- NONE No Set aside used
- Description
- Sources Sought Notice Class Code: Multiple NSNs NAICS Code: Multiple NSNs Subject: Multiple NSNs Solicitation Number: SPRRA2-25-R-0095 Set Aside Code: N/A Response Date: 3 Days Place of Performance: TBD 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 and the corresponding Size Standard of number of employees is in the table below. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of Multiple NSNs (see table below) in support of the M-D6 (PATRIOT) weapon system. NSN P/N NOUN NAICS SIZE AMC EXP Control 1265-01-679-9612 13705593-1 TRANSMITTER ASSEMBLY 334418 500 3C YES 1338-01-234-7485 10230201-504 NOZZLE,EXHAUST,ROCKET 336415 1250 3B YES 5998-01-609-3605 13646456 CIRCUIT CARD ASSEMBLY 334412 750 3N YES 5998-01-679-9205 11481845-3 CIRCUIT CARD ASSEMBLY 334412 750 3C YES 5999-01-460-3578 11479590 SHIELD, ELECTRONIC COM 335999 600 3C YES 5998-01-723-0357 11472076-2 ELECTRONIC COMPONENT ASSEMBLY 334412 750 3N YES 4320-01-481-2385 11479797 PUMPING UNIT, HHYDRAULIC POWER DRIVEN-TRANS, 333996 1,250 3B YES The AMSC codes can be referenced in the table above. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-l(a)(2) having only one responsible source (Sole Source). 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 CODE: 05716 RAYTHEON COMPANY 350 Lowell ST. Andover, Massachusetts 01810-4400 The Government is interested in all businesses; all contractors must meet prequalification 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 emailing inquiries to: mailto: usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@army.mil. Then click on AMCOM Spare Parts Manufacturer or Distributor SAR. The contractor shall be capable of successfully performing and complying with 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 shall be capable of successfully performing and complying with 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 all additional costs incurred resulting from contract performance. Applicable AMC Codes: 3C Acquire, for the second or subsequent time, directly from the actual manufacturer. This part requires engineering source approval by the design control activity 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). 3B Acquire, for the second or subsequent time, directly from the actual manufacturer. This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoDSTD- 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. 3N Acquire, for the second or subsequent time, directly from the actual manufacturer. Manufacture of this part requires special test and/or inspection facilities to determine and maintain ultra-precision quality for its function or system integrity. Substantiation and inspection of the precision or quality cannot be accomplished without such specialized test or inspection facilities. 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/066936ca345e482f99c6a3d40c514f2d/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07508734-F 20250716/250714230052 (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 |