NIAC Large Procurement Sources Sought Notice / RFI for Multiple End Items

expired opportunity(Expired)
From: Federal Government(Federal)
NIAC_73030_99167

Basic Details

started - 17 Aug, 2023 (8 months ago)

Start Date

17 Aug, 2023 (8 months ago)
due - 26 Aug, 2023 (8 months ago)

Due Date

26 Aug, 2023 (8 months ago)
Bid Notification

Type

Bid Notification
NIAC_73030_99167

Identifier

NIAC_73030_99167
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE (708875)DEFENSE LOGISTICS AGENCY (DLA) (282552)DLA AVIATION (118267)DLA AV RICHMOND (98611)DLA AVIATION (118267)

Attachments (3)

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.

Solicitation Number: NIAC_73030_99167Title: Large Procurement Sources Sought Notice / RFI for Multiple End ItemsThis Request for Information (RFI) / Sources Sought Notice is issued as a means of conducting market research, to determine if other companies, besides Collins Aerospace, are capable of manufacturing (or legitimately obtain) and provide strategic long-term support for items associated with DLA Aviation's Naval Industrial Alignment Campaign (NIAC) (List Attached).THIS SOURCES SOUGHT IS FOR INFOMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUE 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 STRICTLTY VOLUNTARY.Current Collins
Aerospace Contracts with the Defense Logistics Agency (DLA) Aviation acquire sole source consumable parts and depot-level reparables (DLR) for aircraft and systems supporting worldwide DLA direct (DD) & Customer Direct (DVD) shipments under Federal Acquisition Regulations (FAR) Part 12 and Part 15. Collins Aerospace Contract: SPE4AX18D9407 was issued 1 May 2018 as a 10-year, fixed-price, requirements type contract (RTC) with a 5-year base period and 5-year option period. The contract is currently within the second year of the base period. Initiatives will involve identifying demand patterns and emergent needs for parts in various federal supply classes (FSC) which are only manufactured by Collins Aerospace, and to place those items on contract. Market research will be performed to ensure additional adds are sole source to Collins Aerospace. Market research techniques will include, but are not limited to, industry feedback, synopses, Requests for information (RFI), technical reviews and information obtained from the applicable Services regarding drawings and technical data rights.Interested persons may identify their interest and capability to respond to the requirements or submit proposals. This notice of intent is not a request for competitive proposals. However, all proposals received by the synopsis response date will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.PURPOSE: DLA desires to enter into long term agreements for items that are sole sourced to Collins Aerospace.This Sources Sought Notice is intended to determine if any other entities are capable of supporting the proposed requirements.OBJECTIVES: The overall objective of this effort is to support of DLA Aviation's Naval Industrial Alignment Campaign (NIAC) / Initiative for 2023.RESPONSES: DLA requires that only non-proprietary information be submitted in response to this Sources Sought Notice. DLA shall not be liable for or suffer any consequential damages for the use of any proprietary information submitted.1. Responses are required no later than August 25, 20232. Respondents shall provide the following company information:Company Name / AddressContractor and Government Entity (CAGE) CodeData Universal Numbering System (DUNS) NumberPoint of ContactPhone / Fax NumberEmail AddressWeb Page URLSize of Business relative to North American Industry Classification System (NAICS) Code (Small Business Size Standard employees or less), and the socio­economic category of your company, if applicableUnited States (U.S.) or Foreign Owned EntityPlease indicate whether your interest is as a prime contractor or as a subcontractor3. Respondents must addressTheir capability to satisfy the objectives listed above and indicate what prior experience they have on PBL efforts that are similar in nature and scope.The date by which they will submit a Source Approval Request (SAR) for approval of an alternate source.Willingness to provide up front pricing for the total validity the contract(s).SUBMISSION OF INFORMATION: Responses to this Sources Sought Notice must be readable by Microsoft Office or Adobe software. Responses to this Sources Sought Notice shall be unclassified and should not exceed 20 pages in length. Please note: Emails containing file types such as .zip, .xlsx, docx, or other macro-enabled extensions, may not be delivered to the intended recipient. All responses and questions under this Sources Sought Notice must be transmitted electronically via e-mail to Orlando Holloway at Orlando.Holloway@dla.mil. Prior to the response date, if necessary, potential respondents may request clarifications by email. Significant responses to a potential respondent's request for clarification will be posted to SAM.gov (Contract Opportunities) under this Sources Sought Notice.This effort has been identified as sole source to Collins Aerospace. Responses to this announcement from other than the original equipment manufacturer (OEM) are required by August 25, 2023, and should identify areas of interest and include evidence of ability to perform. A copy of the letter of interest should be forwarded to the Contracting Officer identified herein and Small Business Administration (SBA) Procurement Center Representative (PCR) (michael.massello@sba.gov). Any alternate source must submit the appropriate data and receive approval by the cognizant Government engineering support activity (ESA). The Government may alter the acquisition strategy if it is in the best interest of the Government.If your company desires to be reviewed and qualified as an “Approved Source” for the item(s) in the Sources Sought Workbook, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached SAR document. A SAR package contains all of the 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 Aviation is procuring.If there is an open solicitation for a NSN, to which you want to submit a SAR, please submit the SAR directly to the buyer noted on the solicitation. If you are submitting a SAR for a NSN with no open solicitation, please send it to the Competition Advocate SAR Program Office address below:SAR ProgramDLA AviationAttn: DLA AVN-DU (SAR Program Manager)6090 Strathmore RoadRichmond, VA 23237Contracting Office Address:6090 Strathmore RoadRichmond, VA 23237United StatesPrimary Point of Contact: Orlando Holloway,Contract SpecialistOrlando.holloway@dla.milPhone: 804-279-6740

Richmond ,
 VA  23297  USALocation

Place Of Performance : N/A

Country : United StatesState : VirginiaCity : Richmond

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 1680Miscellaneous Aircraft Accessories and Components