Virginia Bids > Bid Detail

53--PIN-RIVET

Agency:
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159072604382208
Posted Date: Feb 9, 2024
Due Date: Feb 16, 2024
Source: https://sam.gov/opp/b1718aa8c5...
Follow
53--PIN-RIVET
Active
Contract Opportunity
Notice ID
SPE4A624R0142
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 09, 2024 02:53 pm EST
  • Original Response Date: Feb 16, 2024 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 02, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5320 - RIVETS
  • NAICS Code:
    • 332510 - Hardware Manufacturing
  • Place of Performance:
    Richmond , VA 23237
    USA
Description

PR 7006272089 for PIN-RIVET End Item: AIRCRAFT, STRATOLIFTER C/KC-135 SPE4A6-24-R-0142



The Defense Logistics Agency is issuing a source sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for NSN 5320-010196967, PIN-RIVET. There are two approved sources of supply:




  • PRECI-MANUFACTURING, INCORPORATED Cage: 66841 P/N 69-47090-8

  • THE BOEING COMPANY Cage: 81205 P/N 69-47090-8



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. This requirement has First Article Testing and Critical Safety Item.



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. Drawings are not available.



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 16, 2024. All responses under this Sources Sought Notice must be emailed to: ive.allen@dla.mil. If you have any questions concerning this opportunity, please contact: Ive Allen.



Technical Orders and Qualification Requirements are not available.





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 Nomenclature NSN Estimated Requirement



69-47090-8 PIN-RIVET 5320-010196967 782 Each





If your company desires to be reviewed and qualified as an "Approved Source" for this item, submit an application package through the Source Approval Request (SAR) Program as outlined in the JACG SAM HB document. A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality, or better, than the required item. The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item, which DLA Aviation is procuring.



If there is an open solicitation for a LSN/NSN which you want to submit a SAR, please submit the SAR directly to the buyer noted on the solicitation.



If you are submitting a SAR for a LSN/NSN with no open solicitation, please send it to the DLA SAR Program Office address below:





DLA Aviation SAR Program Office



Attn: DLA AVN-DU (SAR Program Manager)



6090 Strathmore Rd



Richmond, VA 23237


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 09, 2024 02:53 pm 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 >