Virginia Bids > Bid Detail

Mount, Resilient, Weapon System

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 53 - Hardware and Abrasives
Opps ID: NBD00159191587606241
Posted Date: Apr 5, 2024
Due Date: Apr 10, 2024
Solicitation No: SPE4A7-24-R-0540
Source: https://sam.gov/opp/7b88a073e1...
Follow
Mount, Resilient, Weapon System
Active
Contract Opportunity
Notice ID
SPE4A7-24-R-0540
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-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 05, 2024 05:00 pm EDT
  • Original Response Date: Apr 10, 2024 03:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 25, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 5342 - HARDWARE, WEAPON SYSTEM
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Richmond , VA 23297
    USA
Description

The DLA Aviation is issuing this 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 a Mount, Resilient, Weapon System for NSN 5342-01-141-0387 for an Estimated Annual Quantity of 2,093 each. IAW The Boeing Company; CAGE: 77272; DWG 234D5301, REV C, P/N: 234D5301-2. APPROVED SOURCE(S): Lord Corp.; CAGE: 76005, P/N: 234D5301-2 (vendors P/N J-17043-4) LORD CORP., DBA Mechanical Products Div.; CAGE: 30061; P/N: 234D5301-2 (vendors P/N J-17043-4). The required delivery schedule is 242 days. FOB is Destination and Inspection and Acceptance is Origin. 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 336413.



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 April 10, 2024 @ 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





NSN: 5342-01-141-0387



Estimated Annual Demand Quantity:2,093 each



Minimum Delivery Order: 1,570 each



Maximum Delivery Order: 2,093 each



Quantities shown for Guaranteed Minimum are applicable to only one of the base period.



Guaranteed Minimum Quantity: 1,570 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:



Nomenclature



Mount, Resilient, Weapon System



NSN



5342-01-141-0387



Estimated Requirement



2,093



Part Number



234D5301-2





Technical Orders and Qualification Requirements are not available.


Attachments/Links
Contact Information
Contracting Office Address
  • ASC SUPPLIER OPER AE AND AF DIV 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 05, 2024 05:00 pm EDTSources 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 >