SOURCES SOUGHT
48 -- Hose & Vale Assembly
- Notice Date
- 8/7/2024 11:13:26 AM
- Notice Type
- Sources Sought
- NAICS
- 332912
— Fluid Power Valve and Hose Fitting Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MX24R0053
- Response Due
- 8/13/2024 8:59:00 PM
- Archive Date
- 08/28/2024
- Point of Contact
- Joseph ColemanDSN312-850-4583
- E-Mail Address
-
Joseph.Coleman@dla.mil
(Joseph.Coleman@dla.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- This is a Sources Sought Notice and is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSALS. Please review the NSNs/items below and provide us with any sources that are able to manufacture the items. Provide the POCs and location of the manufacturer (City and state OR Country as applicable). Please submit this information to Joseph Coleman at Email:Joseph.Coleman@dla.mil� | Telephone: (614) 692-4583.�� DLA Land and Maritime anticipates issuing a solicitation in the near future for four (4) National Stock Numbers (NSNs), drawing items.� Solicitation will be a five-year, Firm-Fixed-Price, Indefinite Quantity Contract (IQC).� The five-year period is inclusive of a three-year base period and two separately priced one-year option periods.� All NSN items have an AMC/AMSC of 1/G.� First Destination Transportation (FDT) applies to these items.� The maximum contract value will be $10,380,173.46.� Solicitation will be available on DIBBS on or about September 2, 2024.� The solicitation NAICS will be�332912 / Size Standard is 1,000 employees.� The current estimated annual demand quantity (ADQ) is listed below: 4720014536488 - HOSE ASSEMBLY,NONME, Annual Demand Quantity =�885.� NSN 2090015154778 -� BLADDER, ACCUMULATOR, Annual Demand Quantity = 30.� NSN 2540015742286 - PARTS KIT,VEHICULAR, Annual Demand Quantity = 1.� NSN 4820015786936 - VALVE ASSEMBLY, Annual Demand Quantity = 71 NSN Drawing/Specification:� 4720014536488/ M370C091A0500A, 2090015154778/ 801-6640965 ASSY 267, 2540015742286/ 57K2086, 4820015786936/ 12506107 Tech Notes & QCC: 4720014536488-PBF, 2090015154778-EAA, 2540015742286-DAA, 4820015786936-FDM Some items involve�Product Verification Testing (PVT), First Article Testing Contractor,�Tailored Higher Level Contract Quality,�Non-Tailored Higher Level Contract Quality ISO 9001,�Certificate of Conformance (COC), and Sampling. 2090015154778 & 4820015786936�have technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR) and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data. The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/HQ/LogisticsOperations/EnhancedValidation/. Should a company wish to be reviewed and qualified as an ""Approved Source"", they may submit an application package through the DLA Land and Maritime Alternate Offer / Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring.��Offerors should complete and submit their Alternate Offer (with SAR package) to the Contracting�Officer listed in the Solicitation.�� For further information, please reference the DLA Land and Maritime web page at:�http://www.dla.mil/LandandMaritime/Business/Selling/AlternateOffers.aspx
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/cbe8d13bd3a241ebac67039688589d0c/view)
- Place of Performance
- Address: Columbus, OH 43218, USA
- Zip Code: 43218
- Country: USA
- Zip Code: 43218
- Record
- SN07161198-F 20240809/240807230127 (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 |