SOLICITATION NOTICE
59 -- SPRRA224R0054 PATRIOT SPARES
- Notice Date
- 5/6/2024 12:46:02 PM
- Notice Type
- Presolicitation
- NAICS
- 334412
— Bare Printed Circuit Board Manufacturing
- Contracting Office
- DLA AVIATION AT HUNTSVILLE, AL REDSTONE ARSENAL AL 35898-7340 USA
- ZIP Code
- 35898-7340
- Solicitation Number
- SPRRA224R0054
- Response Due
- 5/21/2024 1:00:00 PM
- Archive Date
- 06/05/2024
- Point of Contact
- Mari Bretz, Becky Brady
- E-Mail Address
-
hecmari.bretz@dla.mil, becky.brady@dla.mil
(hecmari.bretz@dla.mil, becky.brady@dla.mil)
- Description
- 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 SPRRA224R0054, 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 acquire multiple items under Lockheed Martin Captain of Industries (COI) Supplier Capability Contract (SCC) SPE4AX22D9000�s firm- fixed price, indefinite delivery requirements type subsumable for the Patriot weapon system in support of the US Army Aviation and Missile Life Cycle Management Command (AMCOM). This part add &/or repricing requirement will be for a total of three (3) years period of performance, for the following item(s). PRON: D13F0260D1. CIRCUIT CARD ASSEMB, NSN: 5998-01-244-9896, Part#: 11450637-19, a minimum quantity of 05 each with a total estimated annual demand of 05 each. The estimated Production Lead Time (PLT) without First Article Testing (FAT) is 628 Days After Contract Award (DACA). The estimated PLT with FAT is 942 DACA and with deliveries to Chambersburg, PA, 17201-4150. PRON: D14F0080D1. CIRCUIT CARD ASSEMB, NSN: 5998-01-443-5495, Part#: 13507740, 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 720 Days After Contract Award (DACA). The estimated PLT with FAT is 1080 DACA and with deliveries to Texarkana, TX, 75507-5000 Procurement items are restricted to Lockheed Martin Corporation Missiles and Fire Control, CAGE: 64059. The technical data for these parts have undergone full screening per the DFARS PGI 217.7506, Spare Parts Breakout Program. Part# 11450637-19 has been assigned AMC/AMSC Code 3C and must be acquired, for the second or subsequent time, directly from the actual manufacturer. 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 knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing 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. If one source is approved, AMCs 3, 4, or 5 are valid. If at least two sources are approved or if data is adequate for an alternate source to qualify in accordance with the design control activity's procedures, AMCs 1 or 2 are valid. Part# 13507740 has been assigned AMC/AMSC Code 3P and must be acquired, for the second or subsequent time, directly from the actual manufacturer. The rights to use the data needed to purchase this part from additional source(s) are not owned by the Government and cannot be purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part. This code is used in situations where the Government has the data but does not own the rights to the data. If only one source has the rights or data to manufacture this item, AMCs 3, 4, or 5 are valid. If two or more sources have the rights or data to manufacture this item, AMCs 1 or 2 are valid. 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. 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 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. 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. 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. THIS ACQUISITION MAY CONTAIN DATA WHICH IS CONSIDERED CRITICAL TECHNOLOGY AND HAS BEEN RESTRICTED FOR RELEASE OUTSIDE OF THE UNITED STATES. RESTRICTED INFORMATION CAN NOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. THIS ACQUISITION MAY HAVE BEEN IDENTIFIED AS CONTAINING LIMITED RIGHTS. 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/0bb3bfc3ad48440a9fb57a9db9cfc57e/view)
- Record
- SN07054464-F 20240508/240506230047 (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 |