Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF SEPTEMBER 15, 2022 SAM #7594
SOURCES SOUGHT

16 -- OEM Parker-Hannifin UH-60 Blackhawk Helicopter Weapon System, Sole Source Long Term Contract

Notice Date
9/13/2022 1:33:44 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
 
ZIP Code
35898-7340
 
Solicitation Number
SPRRA1-22-R-0064
 
Response Due
9/16/2022 3:00:00 PM
 
Point of Contact
Lesley Odom, Phone: 2566905442, Phanicia Montgomery, Phone: 2566905421
 
E-Mail Address
lesley.odom@dla.mil, PHANICIA.MONTGOMERY@DLA.MIL
(lesley.odom@dla.mil, PHANICIA.MONTGOMERY@DLA.MIL)
 
Description
Class Code: 70 NAICS Code: 336413 Subject: OEM Parker-Hannifin UH-60 BE Blackhawk Helicopter Weapon System, Sole Source Long Term�Contract Solicitation Number: SPRRA1-22-R-0064 Set Aside Code: N/A Response Date: 09/16/2022 � � � 3 days � No telephone requests will be accepted. Direct your requests and communication to Lesley �Shane��Odom, Contract Specialist, via email at lesley.odom@dla.mil. THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL�NOT RECEIVE A RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being�conducted by the Defense Logistics Agency to identify potential manufacturing/supply sources, and�if future efforts can be competitive or Set Aside for Small Business. The proposed North American�Industry Classification Systems (NAICS) Codes is 336413 which has a corresponding Size Standard of�1,250 employees. This SSS is to notify companies that the Defense Logistics Agency, Redstone�Arsenal, Alabama, is seeking qualified sources for the Sole Source acquisition of NSN 4320-01-643-� 5963, Part Number: 52023-07 in support of the UH-60 BE Blackhawk Helicopter Weapon System. The data needed to acquire this part competitively is not physically available, it cannot be�obtained economically, nor is it possible to draft adequate specifications or any other adequate,�economical description of the materials for a competitive solicitation. As a result, this�acquisition is currently being procured under the Federal Acquisition Regulation (FAR) 6.302-1 Only�One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements. The�Government is interested in all businesses to include 8(a), small business and small disadvantaged�business, Service-Disabled Veteran- Owned, Hubzone, and Women-Owned small business concerns. All�contractors must meet prequalification requirements in order to be registered as a potential�source. Firms that process the ability and can produce the required item(s) described above are�encouraged to identify themselves.� Contractors are encouraged to seek source approval in order to compete for future emailing�usarmy.redstone.ccdc-avmc.mbx.ame-sar@mail.mil. The contractor shall be capable of successfully�performing and complying with any and all special requirements in accordance with the terms and�conditions set forth in the solicitation annotated above, at the unit prices established at time of�a contract award. The contractor will be responsible for recurring and nonrecurring engineering�services associated with becoming a qualified source. The contractor will also be responsible for�all aspects of the manufacturing/production process, including but not limited to: supply chain�management, logistics, forecasting of parts, long-lead parts procurement, material forecasting,�obsolescence issues and final delivery of assets as well as any and all additional costs incurred�resulting from contract performance. DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT�CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A�SOLICITATION IN THE FUTURE AND SHALL NOT BE�CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE�GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A� CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS�ARE AVAILABLE TO PAY FOR PREPARATION.� ANY� INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/780a080f0a364ef9a99dba8028c19f58/view)
 
Place of Performance
Address: 17070, USA
Zip Code: 17070
Country: USA
 
Record
SN06464034-F 20220915/220913230136 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.