SOLICITATION NOTICE
61 -- 61--CABLE ASSY LAUNCHER
- Notice Date
- 10/14/2020 4:02:22 AM
- Notice Type
- Presolicitation
- Contracting Office
- SPRMM1 DLA MECHANICSBURG MECHANICSBURG PA 17055-0788 USA
- ZIP Code
- 17055-0788
- Solicitation Number
- SPRMM120QRE11
- Response Due
- 11/30/2020 12:00:00 AM
- Archive Date
- 12/15/2020
- Point of Contact
- MARK MCWHORTER, ZIBA4, PHONE (717)550-3138, FAX (717)550-3231, EMAIL MARK.MCWHORTER@DLA.MIL
- E-Mail Address
-
MARK.MCWHORTER@DLA.MIL
(MARK.MCWHORTER@DLA.MIL)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Awardee
- null
- Description
- NSN 1H-6145-015688539-WN, TDP VER 016, IAW REF NR 7454380-2, QTY 34 EA, DELIVERY FOB ORIGIN. DLA Land and Maritime intends to solicit and issue a contract on a competitive basis for: 34 EA, CABLE ASSY LAUNCHER, 6145 015688539, P/N 7454380-2. SHIP TO: W25G1U/W62G2T. The current approved source(s) are AMETEK INC, CAGE 0DNZ3; BRANTNER & ASSOCIATES, CAGE 15789; TELEDYNE, CAGE 17476; BRANTNER & ASSOCIATES, CAGE 5GS63. NOTE: This order requires FAT and PLT testing requirements. Please refer to the technical date package (TDP) and DD 1423, CONTRACT DATA REQUIREMENTS LIST (CDRL) for specific instructions. First, DLA intends to set aside this Navy requirement for small business (SB) to see if 2 or more SBs will submit a quote. If not, DLA will resolicit as unrestricted, open to both small and large business participation. All interested sources may submit a quotation, which shall be considered by this agency. The solicitation will be available 16 days from the synopsis beginning date. If you require the solicitation, it can be found on betaSAM. https://beta.sam.gov/ Login and click on search under Contract opportunities Type full solicitation number i.e starting with SPRMM1 This part requires engineering source approval by the design control activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and manufacturing/repair knowledge by the qualified source(s) require acquisition/repair of the part from the approved source(s). The approved source(s) retain data rights, manufacturing/repair knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity's procedures, as approved by the cognizant Government engineering activity. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application.The proposed acquisition is 100% set aside for small business concerns (see FAR clause 52.219-6, Notice of Total Small Business Set-Aside). The specific type of set-aside will be addressed in the solicitation through inclusion of one of the appropriate clauses listed here: FAR 52.219-3 Notice of HUBZone Set-Aside or Sole Source Award FAR 52.219-27 Notice of Service-Disabled Veteran-Owned Small Business Set-Aside FAR 52.219-29 Notice of Set-Aside for Economically Disadvantaged Women-Owned Small Business Concerns FAR 52.219-30 Notice of Set-Aside for Women-Owned Small Business Concerns Eligible Under the Women-Owned Small Business Program DFARS 252.226-7000 Notice of Historically Black College or University and Minority Institution Set-AsideAward will be made only if the offeror, the product/service, or the manufacturer meets the qualification requirement(s) at time of award, in accordance with FAR clause 52.209-1. The solicitation identifies the office where additional information can be obtained concerning qualification requirements and is cited in each individual solicitation.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/dbbeda7fbf1f4e62a63d0b432b388ace/view)
- Record
- SN05827473-F 20201016/201014230140 (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 |