3120; BEARING, PLAIN, SPHERICA; WSDC: 40A; WSIC: F
Looking for contract opportunity help?
APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.
APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.
The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).
General Information
- Contract Opportunity Type: Sources Sought (Original)
- Original Published Date: Mar 24, 2022 06:57 am EDT
- Original Response Date: Mar 28, 2022 02:00 am EDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 3120 - BEARINGS, PLAIN, UNMOUNTED
- NAICS Code:
- 332991 - Ball and Roller Bearing Manufacturing
- Place of Performance: Richmond , VA 23297-5002USA
Description
3120; BEARING, PLAIN, SPHERICA; WSDC: 40A; WSIC: F
DLA Aviation, Richmond VA issuing a 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 this item:
NSN: 3120 011614373
Nomenclature: BEARING, PLAIN, SPHERICAL
Intended Source(s):
Lord Corporation .76005 P/N LB4-1034-17-1
Lord Corporation 76005 P/N SB7001-048
SKF USA Inc 80201 P/N B40-80-9596
SKF USA Inc 80201 P/N SB7001-048
Quantity:
CLIN 0001 – 83
The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 332991
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, website 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. In order to deliver technical capability and if significant subcontracting or teaming is anticipated. Organizations should address the administrative and management structure of such arrangements in IAW FAR 10.001(b).
The government will evaluate market information to ascertain potential market capacity in order 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 BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Multiple awards are possible.
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 28 MAR 2022,
2:00 p.m. (EDT). Email responses under this Sources Sought Notice to daphine.kelly@dla.mil.
With questions concerning this opportunity, contact Daphine Kelly at the above referenced email.
APPENDIX 1: Purpose and Objectives
Potential 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 established at the time of a contract award.
Offerors not cited as acceptable sources in the Purchase Order Text are required to obtain Source Approval from The Design Control Activity. SOURCE APPROVAL REQUESTS/TECHNICAL DATA PACKAGES must be submitted to DLA AVIATION with the proposal. See attachment.
1B - This must be acquired from a manufacturing source(s) specified on a source control drawing.
DISCLAIMER:
THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS 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 STRICTLY VOLUNTARY.
Attachments/Links
Contact Information
Contracting Office Address
- ASC COMMODITIES DIVISION 6090 STRATHMORE ROAD
- RICHMOND , VA 23237
- USA
Primary Point of Contact
- DAPHINE KELLY
- daphine.kelly@dla.mil
- Phone Number 8042748524
Secondary Point of Contact
- Stephen LunsfordDSN312-695-3331
- Stephen.Lunsford@dla.mil
- Phone Number 804-350-2808
History
- Apr 12, 2022 11:56 pm EDTSources Sought (Original)