SOURCES SOUGHT
A -- JAMA IV Sources Sought Notice
- Notice Date
- 6/7/2024 1:11:30 PM
- Notice Type
- Sources Sought
- NAICS
- 54171
— Research and Development in the Physical, Engineering, and Life SciencesT
- Contracting Office
- DCSO PHILADELPHIA PHILADELPHIA PA 19111 USA
- ZIP Code
- 19111
- Solicitation Number
- SP401-24-I-MH01
- Response Due
- 6/28/2024 1:30:00 PM
- Archive Date
- 07/13/2024
- Point of Contact
- Michelle Harrison, Phone: 2157373415
- E-Mail Address
-
Michelle.Harrison@dla.mil
(Michelle.Harrison@dla.mil)
- Description
- SOURCES SOUGHT DLA Research and Development JAMA IV SUBJECT The Defense Logistics Agency (DLA) is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for qualification and production of Additive Manufacturing (AM) parts from various Department of Defense (DoD) Military Services (MILSVCs). To express interest in the AM of the parts described below, please contact the DLA Research & Development (R&D) Contracting Officer (KO), Ms. Michelle Harrison at michelle.harrison@dla.mil. (1)�� Date:� June 7, 2024 (2)� Product or Service Code: AC33; NAICS code: 541712 Research and Development in Physical Engineering and Life Sciences except Bio-Technology (3) Contracting Office Address DLA Contracting Services Office Philadelphia 700 Robbins Avenue Philadelphia, PA 19111 4) Subject: DLA Research and Development � Sources Sought for JAMA IV (5) RFI Number: SP4701-24-I-MH01 (6) Closing Response Date: June 28, 2024 (7) Contact Point � All correspondence is to be sent to the following mailbox: Michelle.Harrison@dla.mil and RandD.dcso@dla.mil General THIS IS A REQUEST FOR SOURCE SOUGHT. The Joint Additive Manufacturing Acceptability (JAMA) IV project seeks to align government and industry processes to refine and test the DLA�s procurement methodology by effectively acquiring AM parts from the Defense Industrial Base (DIB) and Organic Industrial Base (OIB). The project addresses the critical need to combat Diminishing Manufacturing Sources and Material Shortages (DMSMS) and part obsolescence challenges facing the MILSVCs. Through this project, the JAMA IV team aims to establish a reliable, streamlined process for sourcing high-quality AM parts, directly impacting warfighter readiness and strengthening the military supply chain. The approach in JAMA IV revolves around applying and refining the standards and processes established in previous JAMA efforts. The JAMA IV team has identified MILSVC parts for manufacturing and now requests that potential vendors respond to this sources sought with their manufacturing capabilities and qualifications. Following the sources sought period, a Request for Proposal (RFP) will be posted for bidding. PARTS DESCRIPTION The AM parts procured in JAMA IV include metal and polymer parts from each of the MILSVC departments. Metal parts may consist of 17-4PH Stainless Steel, 316L Stainless Steel, AlSi10Mg (Aluminum-Silicon-Magnesium), Copper Nickel (CuNi) and CoCr (Cobalt-Chromium-Molybdenum). Polymer parts may consist of Polyetherimide (PEI), and Nylon 12. The MILSVCs may use these parts for aviation vehicle maintenance and flight systems, ground and maritime vehicle maintenance, transportation, weapons systems, and troop support. The parts will need to meet their respective MILSVC quality requirements. Interested vendors should possess the accreditations to produce AM parts of varying risk categories, spanning from Category 0 (items that pose no risk of damage to other equipment or personnel (e.g., not Critical Application nor Critical Safety Items (CAI/CSI)) to Category 3 (Items that pose a severe risk of damage to other equipment or personnel (e.g., CSI)). Vendors may be selected to produce CAI/CSI AM parts if capable. In addition, vendors may need to be qualified and have experience manufacturing airworthy AM parts with varying complexity, material properties, and post-processing requirements.� Vendors are requested to bid on the components they are capable of manufacturing to the established qualification requirements. Vendors may bid on one or multiple components covering one or multiple materials and additive modalities. The number of parts to be delivered will vary based on the component and first article inspection (FAI) data may be required. The solicitation is looking for fully completed components to be delivered, some post-processing and machining may be required depending on the technical data package (TDP) of the component. Components may bear ITAR or CUI restrictions but no components sourced under this program will require classified manufacturing capabilities. REQUESTED INFORMATION 2.1 Format: Interested parties should respond to this Sources Sought Notice using Microsoft Word and email to Michelle.Harrison@dla.mil. Response shall provide administrative information, and shall include the following as a minimum: Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, e-mail of designated point of contact, and Commercial and Government Entity (CAGE) Code. Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUBZone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business) based upon North American Industry Classification System (NAICS) code 541512, Computer Systems Design Services. Status of compliance with International Traffic in Arms Regulation (ITAR). Link: (http://www.dtic.mil/whs/esd/osr/docs/OSRITARSupplementalDoDInfo8Mar13.pdf) DISCLAIMER This sources sought synopsis is for informational purposes only. This is not a request for proposal. It does not constitute a solicitation 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 of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/3e46e180d52a4bf5bf75936b707a9a31/view)
- Place of Performance
- Address: Arlington, VA 22209, USA
- Zip Code: 22209
- Country: USA
- Zip Code: 22209
- Record
- SN07090636-F 20240609/240607230118 (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 |