SOURCES SOUGHT
20 -- Propeller, Marine, 2010-01-137-4681
- Notice Date
- 11/3/2024 10:30:59 AM
- Notice Type
- Sources Sought
- NAICS
- 336419
— Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- DLA LAND AND MARITIME COLUMBUS OH 43218-3990 USA
- ZIP Code
- 43218-3990
- Solicitation Number
- SPE7MC24R0020
- Response Due
- 11/8/2024 1:00:00 PM
- Archive Date
- 11/23/2024
- Point of Contact
- Mandy Phipps-Kuhlman
- E-Mail Address
-
mandy.phipps-kuhlman@dla.mil
(mandy.phipps-kuhlman@dla.mil)
- Description
- NSN:� 2010-011374681 Nomenclature:� propeller, marine DLA Land & Maritime is considering a procurement of NSN 2010-011374681 under a Firm Fixed Price Contract.� Please read the attached cover letter and complete the attached questionnaire�if you are interested in providing this�item�under a solicitation over the Simplified Acquisition Threshold. �This acquisition is for supplies for which the Government does not possess complete, unrestricted technical data; therefore, the Government intends to solicit and contract only for materiel from the approved source(s) under the authority of 10 U.S.C. 2304(c)(1).� The applicable North American Industry Classification System (NAICS) code is 336419 with a business size of 1,050 employees. This SOURCES SOUGHT notice is for informational and planning purposes only and shall not be construed as a solicitation, obligation, or commitment by the Government.� This notice is intended strictly for market research.� This is NOT a solicitation for proposals, proposal abstracts, or quotations.� No solicitation exists at this time.� The purpose of this notice is to obtain information regarding the availability and capability of qualified businesses that express interest in executing this potential contract. The Government is not obligated to, nor will it pay for, any information received from potential sources as a result of this notice.� Your response to this information request will assist the Government in determining an appropriate acquisition method. Sources interested in providing an offer on this solicitation should complete the attached market survey and return the completed copy to Mandy Phipps-Kuhlman, mandy.phipps-kuhlman@dla.mil by 4:00 p.m. EST on 11/08/2024. **************** PROPELLER, MARINE The only approved source of supply is Reinhold, CAGE (2D301), P/N 5268343. RA001: THIS DOCUMENT INCORPORATES TECHNICAL AND/OR QUALITY REQUIREMENTS (IDENTIFIED BY AN 'R' OR AN 'I' NUMBER) SET FORTH IN FULL TEXT IN THE DLA MASTER LIST OF TECHNICAL AND QUALITY REQUIREMENTS FOUND ON THE WEB AT: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx FOR SIMPLIFIED ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE SOLICITATION ISSUE DATE OR THE AWARD DATE CONTROLS.� FOR LARGE ACQUISITIONS, THE REVISION OF THE MASTER IN EFFECT ON THE RFP ISSUE DATE APPLIES UNLESS A SOLICITATION AMENDMENT INCORPORATES A FOLLOW-ON REVISION, IN WHICH CASE THE AMENDMENT DATE CONTROLS. RQ032: EXPORT CONTROL OF TECHNICAL DATA This item has 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/Logistics-Operations/Enhanced-Validation/ To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data. RD002, COVERED DEFENSE INFORMATION APPLIES RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT RQ001: TAILORED HIGHER LEVEL CONTRACT QUALITY REQUIREMENTS (MANUFACTURERS AND NON-MANUFACTURERS) RQ002: CONFIGURATION CHANGE MANAGEMENT - ENGINEERING CHANGE PROPOSAL REQUEST FOR VARIANCE (DEVIATION OR WAIVER) RQ011: REMOVAL OF GOVERNMENT IDENTIFICATION FROM NON-ACCEPTED SUPPLIES CERTIFICATE OF CONFORMANCE PROCEDURES (FAR 52.246-15) ARE AUTHORIZED, UNLESS WITHELD BY A QUALITY ASSURANCE LETTER OF INSTRUCTION. CLASS I OZONE DEPLETING CHEMICALS ARE NOT TO BE USED NOR INCORPORATED IN ANY ITEMS TO BE DELIVERED UNDER THIS CONTRACT.THIS PROHIBITION SUPERSEDES ALL SPECIFICATION REQUIREMENTS BUT DOES NOT ALLEVIATE ANY PRODUCT REQUIREMENTS. SUBSTITUTE CHEMICALS MUST BE SUBMITTED FOR APPROVAL UNLESS THEY ARE AUTHORIZED BY THE SPECIFICATION REQUIREMENTS. MERCURY OR MERCURY CONTAINING COMPOUNDS SHALL NOT BE INTENTIONALLY ADDED TO OR COME IN DIRECT CONTACT WITH ANY HARDWARE OR SUPPLIES FURNISHED UNDER THIS CONTRACT. EXCEPTION: FUNCTIONAL MERCURY USED IN BATTERIES, FLUORESCENT LIGHTS, REQUIRED INSTRUMENTS; SENSORS OR CONTROLS; WEAPON SYSTEMS; AND CHEMICAL ANALYSIS REAGENTS SPECIFIED BY NAVSEA. PORTABLE FLUORESCENT LAMPS AND PORTABLE INSTRUMENTS CONTAINING MERCURY SHALL BE SHOCK PROOF AND CONTAIN A SECOND BOUNDARY OF CONTAINMENT OF THE MERCURY OR MERCURY COMPOUND. (IAW NAVSEA 5100-003D). PRESERVATION OF MATERIAL - ALL BARE METAL SHALL BE PROPERLY PRESERVED TO PREVENT CORROSION. ALL MOVING PARTS SHALL BE PROPERLY LUBRICATED. EACH ITEM SHALL BE INDIVIDUALLY PACKAGED. PACKAGE DESIGN MUST IMMOBILIZE ITEM WITHIN CONTAINER TO ADEQUATELY PACKAGE AND PROTECT ITEM. UNIT CONTAINER SELECTION MUST ADEQUATELY CONTAIN MATERIAL. CONTAINER SEAL MUST PREVENT ITEM FROM BOTTOMING OUT AND/OR PUNCTURING THROUGH CONTAINER. SPECIAL NOTICE FOR MARKING AND SERIAL NUMBER REQUIREMENT: PER GENERAL NOTE CALL OUT ON DRAWING 5268343 (53711), INDIVIDUAL SERIAL NUMBERS ARE TO BE ETCHED ON THE PROPELLORS IN LOCATION SHOWN. CONTRACTOR IS RESPONSIBLE TO OBTAIN SERIAL NUMBERS FROM NUWC, KEYPORT AS SPECIFIED. MARKING REQUIREMENTS ARE TO BE PERFORMED AFTER BALANCING HOLES ARE DRILLED TO PREVENT OBSCURING MARKING. THE POC ON THIS MATTER AT NUWC KEYPORT IS: ELIZABETH BARNES ELIZABETH.R.BARNES11.CIV@US.NAVY.MIL 360-315-8459 REINHOLD INDUSTRIES INC 2D301 P/N 5268343 IAW REFERENCE DRAWING NR 53711 5268343 REVISION NR K�� DTD 10/24/2018 PART PIECE NUMBER: 5268343 IAW REFERENCE DRAWING NR 53711 5268344 REVISION NR D�� DTD 08/08/2022 PART PIECE NUMBER: PKGING DATA - MIL-STD-2073-1E QUP:001� PRES MTHD:10� CLNG/DRY:1� PRESV MAT:00 WRAP MAT:00� CUSH/DUNN MAT:JC� CUSH/DUNN THKNESS:C UNIT CONT:E5� OPI:M INTRMDTE CONT:D3� INTRMDTE CONT QTY:AAA PACK CODE:U MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129. SPECIAL MARKING CODE:00 -00 No special marking PALLETIZATION SHALL BE IN ACCORDANCE WITH RP001: DLA PACKAGING REQUIREMENTS FOR PROCUREMENT
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/1394a6b2a83443778b871def101ab105/view)
- Place of Performance
- Address: Columbus, OH, USA
- Country: USA
- Country: USA
- Record
- SN07255704-F 20241105/241103230053 (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 |