Helicopter, CH-53E Super Stallion; FORWARD HOUSING
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: Jan 08, 2025 03:26 pm EST
- Original Response Date: Jan 15, 2025 02:00 pm EST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jan 30, 2025
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 2915 - ENGINE FUEL SYSTEM COMPONENTS, AIRCRAFT AND MISSILE PRIME MOVERS
- NAICS Code:
- 336412 - Aircraft Engine and Engine Parts Manufacturing
- Place of Performance: Richmond , VA 23237USA
Description
The DLA-Aviation is issuing this 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 FORWARD HOUSING. 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 336412.
THE SOLICITATION IS BEING POSTED ON SAM.GOV AT A LATER 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 19 January 2025 NLT 02:00 p.m. All responses under this Sources Sought Notice must be emailed to Jenier.Mitchell@dla.mil.
If you have any questions concerning this opportunity, please contact: Jenier.mitchell@dla.mil
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 will be established at the time of a contract award.
The specific requirement for this effort is below:
Part Number:
ONTIC ENGINEERING & MANUFACTURING, INC Cage: 45934 P/N 710183-5
Nomenclature: FORWARD HOUSING
NSN: 2915-016700130
Estimated Annual Demand: 21 Each Estimated Annual Demand
Attachments/Links
Contact Information
Contracting Office Address
- ASC SUPPLIER OPER AE AND AF DIV 6090 STRATHMORE ROAD
- RICHMOND , VA 23237
- USA
Primary Point of Contact
- JENIER MITCHELL
- jenier.mitchell@dla.mil
- Phone Number 8046596388
Secondary Point of Contact
History
- Jan 30, 2025 11:55 pm ESTSources Sought (Original)
- Jan 28, 2025 09:12 am ESTPresolicitation (Original)