Virginia Bids > Bid Detail

SPE4A624R0152,5325-012088128,Stud, Turnlock, Faste, Part Number(s):3M303C5W4, M192015-5-4, 192015-5-4, MT152C5W4

Agency:
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159032821728324
Posted Date: Feb 22, 2024
Due Date: Feb 27, 2024
Source: https://sam.gov/opp/59a12e680a...
Follow
SPE4A624R0152,5325-012088128,Stud, Turnlock, Faste, Part Number(s):3M303C5W4, M192015-5-4, 192015-5-4, MT152C5W4
Active
Contract Opportunity
Notice ID
SPE4A624R0152
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA AVIATION
Sub Command
DLA AV RICHMOND
Office
DLA AVIATION
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 22, 2024 08:49 am EST
  • Original Response Date: Feb 27, 2024 03:00 am EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 13, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 5325 - FASTENING DEVICES
  • NAICS Code:
    • 332510 - Hardware Manufacturing
  • Place of Performance:
    Richmond , VA 23237
    USA
Description



The DLA Aviation is issuing this 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 Stud, Turnlock Faste. 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.



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 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 close of business, February 27, 2024. All responses under this Sources Sought Notice must be emailed to Francis Rettzo at francis.rettzo@dla.mil



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(s):3M303C5W4, M192015-5-4, 192015-5-4, MT152C5W4



Nomenclature: Stud, Turnlock, Faste



NSN: 5325-012088128



Estimated Requirement: Min 4037 Max 16147



Technical Orders and Qualification Requirements are not available.



Solicitation for End Item: Stud, Turnlock Faste, NSN 5325-012088128, PR



1000182842. This is for a Long Term Agreement scheduled for 1 Base Year



and 4 Option Years. The estimated annual quantity is 16147 each with a



minimum quantity requirement of 4037. The NAICS is 332510. FOB Origin,



Inspection/Acceptance equals Origin, Delivery Schedule: 102 days ADO.



The request is for a written proposal. Please submit offers to email Francis.Rettzo@dla.mil. OFFERS MUST COMPLETE A COPY OF THE SOLICITATION IN ORDER TO BE



CONSIDERED FOR AWARD. ELECTRONIC OFFERS ARE ACCEPTABLE. A copy



of the solicitation will be available via DLA Internet Bid Board System



(DIBBS). The final contract award decision may be based upon a



combination of price, past performance and other evaluation factors as



described in the solicitation. The solicitation issue date is on or about



March 14, 2024. The closing date will be on or about April 15, 2024. If an



offer submitted to the solicitation is over $750,000, a Subcontracting Plan



will be required with the offer. If an offer submitted to the solicitation is over $2,000,000, Certified Cost and Pricing Data and a Substantial Plan will



be required with the offer in order to receive an award. Regardless of dollar



value, you must be registered in the System for Award Management (SAM).



SAM Registration is at HTTP://WWW.SAM.GOV.



Alternate offerors must submit a Source Approval Request (SAR) Package



along with a completed copy of the solicitation in order to be considered



for future procurements. The final contract award decision may be based



upon a combination of price, past performance, and other evaluation



factors as described in the solicitation utilizing the Past Performance



Information Retrieval Systems (PPIRS). Point of Contact: Francis Rettzo,



Cell Phone (808)-551-9846 or email francis.rettzo@dla.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • ASC COMMODITIES DIVISION 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 22, 2024 08:49 am ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >