SOLICITATION NOTICE
14 -- SPRRA224R0056 Improved Bradley Acquisition Subsystem (IBAS)
- Notice Date
- 5/6/2024 12:35:41 PM
- Notice Type
- Presolicitation
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA224R0056
- Response Due
- 5/21/2024 1:00:00 PM
- Archive Date
- 06/05/2024
- Point of Contact
- Hecmari ""Mari"" Bretz, Becky Brady
- E-Mail Address
-
hecmari.bretz@dla.mil, becky.brady@dla.mil
(hecmari.bretz@dla.mil, becky.brady@dla.mil)
- Description
- THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA-AHCA via email Mari Bretz, Contract Specialist, via email hecmari.bretz@dla.mil. Solicitation will be published in SAM.GOV, for all other inquiries, in the email subject line enter SPRRA224R0056, provide your name, the company name and CAGE Code and a telephone number and email address. The Defense Logistics Agency, Redstone Arsenal, Alabama, proposes to the procurement of the Target Acquisition System (TAS) 2.8 2nd Generation, TAS 2.8 HD Longwave, item(s) and the re-pricing effort under the current, firm-fixed price, indefinite delivery requirements type contract (SPRRA2-20-D-0012) for the Improved Bradley Acquisition Subsystem (IBAS). This effort is in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM) and the US Army Tank-Automotive & Armaments Command (TACOM). This part add &/or repricing requirement will be for a total of three (3) years period of performance, for the following item(s). PRON: D14V1020D1. GUIDED MISSILE SYST, NSN: 1425-01-546-5418, Part#: 13620292, a minimum quantity of 01 each with a total estimated annual demand of 01 each. The estimated Production Lead Time (PLT) without First Article Testing (FAT) is 180 Days After Contract Award (DACA). The estimated PLT with FAT is 270 DACA, and with deliveries to TOBYHANNA, PA, 18466-5059. PRON: D14V1017D1. POWER SUPPLY, NSN: 6130-01-672-2262, Part#: 13690054, a minimum quantity of 08 each with a total estimated annual demand of 08 each. The estimated Production Lead Time (PLT) without First Article Testing (FAT) is 270 Days After Contract Award (DACA). The estimated PLT with FAT is 405 DACA, and with deliveries to TOBYHANNA, PA, 18466-5059. The technical data for these parts have undergone full screening per the DFARS PGI 217.7506, Spare Parts Breakout Program. This item has been assigned AMC/AMSC Code 4Q and must be acquired, for the first time, directly from the actual manufacturer. The Government does not have adequate data, lacks rights to data, or both needed to purchase this part from additional sources. The Government has been unable to economically buy the data or rights to the data, although the part has been undergoing full screening for 12 or more months. Breakout to competition has not been achieved, but current, continuing actions to obtain necessary rights to data or adequate, reprocurement technical data indicate breakout to competition is expected to be achieved. This part may be a candidate for reverse engineering or other techniques to obtain technical data. All AMSC Q items are required to be reviewed within the timeframes cited in 2-203(b). If one source is available, AMCs 3, 4, or 5 are valid. If at least two sources exist, AMCs 1 or 2 are valid. This item is restricted to: DRS Network & Imaging Systems, Inc. CAGE 32865. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) having only a limited number of responsible sources. 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 offerors must meet prequalification requirements in order to be eligible for award. All offerors must meet prequalification requirements in order to be eligible for award. The U.S. Army Combat Capabilities Development Command Aviation & Missile Center�s (AvMc DEVCOM) System Readiness Directorate (SRD), Sustainment Division (SD) is the engineering source authority for source approvals. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future efforts by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-ss-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. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. Procurement consists of two or more requirements for supplies, based on forecasted demands. The subsequent solicitation shall include a request for Economic Order Quantities (EOQs) to ensure optimal ordering quantities. The EOQ request, is to avoid acquisitions in disadvantageous quantities and to assist the Government in developing data for current and future acquisitions of this item/these items. The Government anticipates the offeror�s proposal (in view of market research, historical awards, the nature of the item(s) being solicited, and the current economic environment) will include quantities/ranges that will vary from those being solicited. The solicited quantities are based on estimated annual demands and as such Government reserves the right to award the most advantageous quantities &/or ranges. The Government retains the right to cancel this procurement, partially or in entirety before award. In the event the Government cancels this acquisition (partially or in entirety) before award, the Government has no obligation to reimburse an offeror for any costs. THIS ACQUISITION MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470. ARMS EXPORT INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. The SAM.GOV website will be used to issue the solicitation, amendments or any other information concerning the solicitation.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b9ae55c93470446c823acb2b473f544d/view)
- Record
- SN07054159-F 20240508/240506230045 (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 |