Skip to main content

An official website of the United States government

You have 2 new alerts

NSN 5895-014749946, Transducer, Aircraft, WSDC Z9N Aircraft, FA-18, A-D, E/F, G, (Growler)

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: Oct 18, 2022 02:07 pm EDT
  • Original Response Date: Dec 03, 2022 11:59 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code:
  • NAICS Code:
    • 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
  • Place of Performance:
    Richmond , VA 23237
    USA

Description

The Defense Logistics Agency Aviation-Richmond is issuing this Source Sought Notice as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for NSN 5895-014749946, Transducer, Aircraft. The current approved source(s) of supply are noted below.


Cage 72429 Cobham Missions Systems Davenport AAR P/N 400761

Cage 1HJP2 Muse Measyrements Corporation P/N M28099


Technical Orders and Qualification Requirements are not available. 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. The result of this market research will contribute to determining the method of procurement. The anticipated type of contract is an indefinite quantity contract with a base year and 4 option years. Guaranteed Minimum is 5.  Unit prices will be established at the time of contract award.
The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 334511.
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 October 21, 2022. All
responses under this Sources Sought Notice must be emailed to tracy.townsend@dla.mil.


If there is an open solicitation for a NSN 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 Program
DLA Aviation
Attn: DLA AVN-DU (SAR Program Manager)
6090 Strathmore Rd
Richmond, VA 23237
If you have any questions concerning this opportunity, please contact: tracy.townsend@dla.mil

Contact Information

Contracting Office Address

  • ASC COMMODITIES DIVISION 6090 STRATHMORE ROAD
  • RICHMOND , VA 23237
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Dec 19, 2022 11:56 pm ESTSources Sought (Original)