MULTI-Mount, Resilient, Weapon Systems

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A7-23-R-0318

Basic Details

started - 30 Jan, 2023 (14 months ago)

Start Date

30 Jan, 2023 (14 months ago)
due - 05 Feb, 2023 (13 months ago)

Due Date

05 Feb, 2023 (13 months ago)
Bid Notification

Type

Bid Notification
SPE4A7-23-R-0318

Identifier

SPE4A7-23-R-0318
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (698262)DEFENSE LOGISTICS AGENCY (DLA) (282624)DLA AVIATION (116244)DLA AV RICHMOND (96863)DLA AVIATION (116244)
unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

The DLA Aviation is issuing these sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for a MULTI NSN PROJECT (1) 5342-01-357-1630, Mount, Resilient, Wea, for an Estimated Annual Quantity of 201 each. IAW Oshkosh Defense LLC; CAGE: 75Q65: P/N: 3646317; Lord Corporation, CAGE: 76005; P/N: SSB26-1000-5; DRS Sustainment Systems, Inc: CAGE: 98255; P/N: SW34255. The required delivery schedule is 191 days. FOB Destination and Inspection and Acceptance is Destination. (2) 5342-00-762-6434, Mount, Resilient, Wea. for an Estimated Annual Quantity of 28 each. IAW Hutchinson Aerospace & Industry, Inc.; CAGE: 81860; P/N: 21822-1; Lord Corporation; CAGE:76005; P/N: J-13318-1; and Gusco Silicone Rubber & Services, LLC; CAGE: 6KAF6; P/N: SK024. The required delivery schedule is 151 days. FOB Destination and Inspection and Acceptance is Origin. (3) 1660-01-659-0768, Mount, Resilient, Weapon Systems
for an Estimated Annual Quantity of 297 each. IAW Oil States Industries, Inc. CAGE: 18444; P/N: 6E150BB-SLEEVE 4.140 IN. LG and Hutchinson Aerospace & Industry, Inc.; CAGE: 81860; P/N: 6E150BB-SLEEVE 4.140 IN. LG. The required delivery schedule is 112 days. FOB Destination and Inspection and Acceptance is Destination. (4) 5342-00-776-3832, Mount, Resilient, Weapon Systems for an Estimated Annual Quantity of 1250 each. IAW Hutchinson Aerospace & Industry, Inc. CAGE: 81860; P/N: 6043E and Mission Systems Orchard Park Inc. CAGE: 04577; P/N: 902662. The required delivery schedule is 273 days. FOB Destination and Inspection and Acceptance is Destination. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) codes assigned to this procurement is 332510 and 332994.THERE IS NO SOLICITATION AT THIS TIME. This request for capability information does not constitute a request for proposals; submission of any information in response to this market survey is purely voluntary; the government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements.The government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract.BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions.Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Notice by February 5, 2023 @ 3pm. All responses under this Sources Sought Notice must be emailed to Repanza Mason @ repanza.mason@dla.mil. If you have any questions concerning this opportunity please contact: to Repanza Mason @ repanza.mason@dla.mil. APPENDIX 1: Purpose and Objectives (1) NSN: 5342-01-357-1630Estimated Annual Demand Quantity: 201 each Minimum Delivery Order: 151 eachMaximum Delivery Order: 201 each(2) NSN: 5342-00-762-6434 Estimated Annual Demand Quantity: 28 each Minimum Delivery Order: 21 eachMaximum Delivery Order: 28 each(3) NSN: 5845-01-277-5128Estimated Annual Demand Quantity: 297 each Minimum Delivery Order: 223 eachMaximum Delivery Order: 297 each(4) NSN: 5342-00-776-3832Estimated Annual Demand Quantity: 1250 each Minimum Delivery Order: 938 eachMaximum Delivery Order: 1250 eachPotential sources shall be capable of furnishing all labor, materials, facilities and equipment required to accomplish the new manufacture of the item(s). Generally, this entails the procurement/manufacture of component parts, inspection, testing, preservation/packaging, and shipping. Additionally, potential sources may be responsible for supply chain management, logistics planning, forecasting production requirements, long-lead time parts procurement, diminishing manufacturing sources and material shortage issues, and shipping serviceable assets. The unit prices will be established at the time of a contract award.The specific requirement for this effort is below:(1)_NSN5342-01-357-1630Part NumberSee AboveNomenclatureMount, Resilient, WeaEstimated Requirement201(2)_NSN5342-00-762-6434Part NumberSee AboveNomenclatureMount, Resilient, Wea.Estimated Requirement28(3)_NSN5845-01-277-5128Part Number6E150BB-SLEEVE 4.140 IN. LGNomenclatureMount, Resilient, Weapon SystemsEstimated Requirement297(4)_NSN5342-00-776-3832Part NumberSee AboveNomenclatureMount, Resilient, Weapon SystemsEstimated Requirement1250Technical Orders and Qualification Requirements are not available

Location

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Richmond

You may also like

MOUNT, RESILIENT, WEAPON SYSTEM

Due: 28 Mar, 2024 (Today)Agency: DEPT OF DEFENSE

Classification

naicsCode 332994Small Arms, Ordnance, and Ordnance Accessories Manufacturing
pscCode 5342Hardware, Weapon System