Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 01, 2023 SAM #7736
SOURCES SOUGHT

53 -- MULTI-Mount, Resilient, Weapon Systems

Notice Date
1/30/2023 1:04:42 PM
 
Notice Type
Sources Sought
 
NAICS
332994 — Small Arms, Ordnance, and Ordnance Accessories Manufacturing
 
Contracting Office
DLA AVIATION RICHMOND VA 23237 USA
 
ZIP Code
23237
 
Solicitation Number
SPE4A7-23-R-0318
 
Response Due
2/5/2023 12:00:00 PM
 
Point of Contact
Repanza Mason804-279-6153
 
E-Mail Address
repanza.mason@dla.mil
(repanza.mason@dla.mil)
 
Description
The DLA Aviation is issuing these sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a MULTI NSN PROJECT (1) 5342-01-357-1630, Mount, Resilient, Wea, for an Estimated Annual Quantity of 201 each. IAW Oshkosh Defense LLC; CAGE: 75Q65: P/N: 3646317; Lord Corporation, CAGE: 76005; P/N: SSB26-1000-5; DRS Sustainment Systems, Inc: CAGE: 98255; P/N: SW34255. The required delivery schedule is 191 days. FOB Destination and Inspection and Acceptance is Destination.� (2) 5342-00-762-6434, Mount, Resilient, Wea. for an Estimated Annual Quantity of 28 each. IAW Hutchinson Aerospace & Industry, Inc.; CAGE:� 81860; P/N: 21822-1; Lord Corporation; CAGE:76005; P/N: J-13318-1; and Gusco Silicone Rubber & Services, LLC; CAGE: 6KAF6; P/N: SK024. The required delivery schedule is 151 days. FOB Destination and Inspection and Acceptance is Origin. (3) 1660-01-659-0768, Mount, Resilient, Weapon Systems for an Estimated Annual Quantity of 297 each. IAW Oil States Industries, Inc. CAGE: 18444; P/N: 6E150BB-SLEEVE 4.140 IN. LG and Hutchinson Aerospace & Industry, Inc.; CAGE:� 81860; P/N: 6E150BB-SLEEVE 4.140 IN. LG. The required delivery schedule is 112 days. FOB Destination and Inspection and Acceptance is Destination. (4) 5342-00-776-3832, Mount, Resilient, Weapon Systems for an Estimated Annual Quantity of 1250 each. IAW Hutchinson Aerospace & Industry, Inc. CAGE: 81860; P/N: 6043E and Mission Systems Orchard Park Inc. CAGE: 04577; P/N: 902662. The required delivery schedule is 273 days. FOB Destination and Inspection and Acceptance is Destination. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) codes assigned to this procurement is 332510 and 332994. 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.� 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 February 5, 2023 @ 3pm. All responses under this Sources Sought Notice must be emailed to Repanza Mason @ repanza.mason@dla.mil.� If you have any questions concerning this opportunity please contact: to Repanza Mason @ repanza.mason@dla.mil.�������������� APPENDIX 1: Purpose and Objectives (1) NSN: 5342-01-357-1630 Estimated Annual Demand Quantity: 201 each��� Minimum Delivery Order: 151 each Maximum Delivery Order: 201 each (2) NSN: 5342-00-762-6434 � Estimated Annual Demand Quantity: 28 each��� Minimum Delivery Order: 21 each Maximum Delivery Order: 28 each (3) NSN: 5845-01-277-5128 Estimated Annual Demand Quantity: 297 each��� Minimum Delivery Order: 223 each Maximum Delivery Order: 297 each (4) NSN: 5342-00-776-3832 Estimated Annual Demand Quantity: 1250 each��� Minimum Delivery Order: 938 each Maximum Delivery Order: 1250 each 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: (1)_NSN 5342-01-357-1630 Part Number See Above Nomenclature Mount, Resilient, Wea Estimated Requirement 201 (2)_NSN 5342-00-762-6434 Part Number See Above Nomenclature Mount, Resilient, Wea. Estimated Requirement 28 (3)_NSN 5845-01-277-5128 Part Number 6E150BB-SLEEVE 4.140 IN. LG Nomenclature Mount, Resilient, Weapon Systems Estimated Requirement 297 (4)_NSN 5342-00-776-3832 Part Number See Above Nomenclature Mount, Resilient, Weapon Systems Estimated Requirement 1250 Technical Orders and Qualification Requirements are not available
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/9c9762c4d8ee42d6afd3092dab718d28/view)
 
Place of Performance
Address: Richmond, VA 23237, USA
Zip Code: 23237
Country: USA
 
Record
SN06577160-F 20230201/230130230107 (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  © 1994-2020, Loren Data Corp.