Large Procurement Sources Sought Notice/RFI for Multiple Items

expired opportunity(Expired)
From: Federal Government(Federal)
SPE4A5-24-R-0081

Basic Details

started - 11 Jan, 2024 (3 months ago)

Start Date

11 Jan, 2024 (3 months ago)
due - 18 Jan, 2024 (3 months ago)

Due Date

18 Jan, 2024 (3 months ago)
Bid Notification

Type

Bid Notification
SPE4A5-24-R-0081

Identifier

SPE4A5-24-R-0081
DEPT OF DEFENSE

Customer / Agency

DEPT OF DEFENSE
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: SPE4A5-24-R-0081 Title: Large Procurement Sources Sought Notice / RFI for Multiple End Items This 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 contract support for the items listed in the attached workbook. 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: SPE4AX22D9404 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 third 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 SPE4AX-22-D-9404. 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. This Sources Sought Notice is intended to determine if any other entities are capable of supporting the proposed requirements. 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 January 18, 2024. 2. Respondents shall provide the following company information: Company Name / Address Contractor and Government Entity (CAGE) Code Data Universal Numbering System (DUNS) Number Point of Contact Phone / Fax Number Email Address Web Page URL Size 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 applicable United States (U.S.) or Foreign Owned Entity Please indicate whether your interest is as a prime contractor or as a subcontractor 3. Respondents must address Their 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 Vanessa Jones at Vanessa.Jones@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 FedBizOpps 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 January 18, 2024 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) (Tammy.birdsong@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 in the Sources Sought Workbook, submit an application package through the Source Approval Request (SAR) Program as outlined in the attached AVN SAR Submit Instructions SAFE 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. (Note: To submit your SAR please send an email to: dlaavnsmallbus@dla.mil, subject “request a SAR drop off”. After we receive your email request a “request for drop off” will be returned, where you can download your file. Include CAGE code, the NSN and the email address where you want to receive the link. For guidance on completing a SAR package please review the Source Approval Handbook. Current procurements will not be held pending review; therefore, any actions will be for future procurements or strategic efforts). Contracting Office Address: 8000 Jefferson Davis Highway Richmond, Virginia 23297-5000 United States Primary Point of Contact: Vanessa Jones Contract Specialist Vanessa.Jones@dla.mil 804-279-3638

Richmond, VA, USALocation

Place Of Performance : Richmond, VA, USA

Country : United StatesState : Virginia

You may also like

Z--Sources Sought Notice

Due: 07 May, 2024 (in 9 days)Agency: INTERIOR, DEPARTMENT OF THE

Sources Sought Notice

Due: 24 May, 2024 (in 26 days)Agency: DEPT OF DEFENSE

NGVB Sources Sought Notice

Due: 26 May, 2024 (in 28 days)Agency: NHLBI

Please Sign In to see more like these.

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

Classification

NAICS CodeCode 336413