PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN
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, 2024 01:56 pm CST
- Original Response Date: Jan 11, 2024 04:30 pm CST
- Inactive Policy: 15 days after response date
- Original Inactive Date: Jan 26, 2024
- Initiative:
- None
Classification
- Original Set Aside:
- Product Service Code: 5998 - ELECTRICAL AND ELECTRONIC ASSEMBLIES, BOARDS, CARDS, AND ASSOCIATED HARDWARE
- NAICS Code:
- 334412 - Bare Printed Circuit Board Manufacturing
- Place of Performance: Grand Prairie , TXUSA
Description
SPRRA224R0016
SPRRA224R0016
SAM.GOV - SOURCES SOUGHT
HEADER INFORMATION
RELATED NOTICE: SPRRA224R0016
TITLE: PATRIOT MISSILE SPARES (MULTIPLE NSNS) – SOLE SOURCE LOCKHEED MARTIN
NOTICE ID: SPRRA224R0016
FEDERAL ORGANIZATION: SPRRA2 DLA AVIATION AT HUNTSVILLE, AL
GENERAL INFORMATION
CONTRACT OPPORTUNITY TYPE: PRE-SOLICITATION
RESPONSE DATE: A MINIMUM OF 3 DAYS
TIME ZONE: (UTC-0500) CENTRAL STANDARD TIME, CHICAGO
INACTIVE POLICY: X – 15 DAYS AFTER RESPONSE DATE
INITIATIVE: NONE
DO YOU WANT TO ENABLE AN INTERESTED VENDORS LIST FOR THIS NOTICE? YES
DO YOU WANT TO ALLOW OTHER VENDORS TO VIEW THE INTERESTED VENDORS LIST? NO
CLASSIFICATION
ORIGINAL/UPDATED SET ASIDE: X-BLANK
PRODUCT SERVICE CODE: SEE BELOW
NAICS CODE: SEE BELOW
PLACE OF PERFORMANCE LOCATION: X-BLANK
DESCRIPTION: THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUEST FOR A SOLICITATION WILL NOT RECEIVE A
RESPONSE. This Sources Sought Synopsis (SSS) is in support of Market Research being conducted by the Defense Logistics
Agency to identify potential manufacturing/supply sources, and if future efforts can be competitive or Set Aside for Small
Business. The proposed North American Industry Classification Systems (NAICS) Code and the corresponding Size Standard of
employees is listed below. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is
seeking qualified sources for the acquisition for the items listed below in support of the Patriot Missile Weapons System.
Requisition Noun NSN Part NAICS SIZE AMRC
D13F0247D1 SKID,SHIPPING AND S 1450016874222 14101260-1 336419 1050 3P
D13F0248D1 SKID,SHIPPING AND S 1450016874300 14101260-2 336419 1050 3P
D13F0277D1 CABLE ASSEMBLY,POWE 6150014446575 13507227 335311 800 3C
D14F0019D1 CIRCUIT CARD ASSEMB 5998014973340 13508140 334412 750 3C
D14F0020D1 CIRCUIT CARD ASSEMB 5998014408037 13507350 334412 750 3P
The technical data for this part has undergone full screening per the DFARS PGI 217.7506, Spare Parts Breakout
Program. These items have assigned an AMC “3” and must be acquired, for the second or subsequent time,
directly from the actual manufacturer. AMSC “C” parts require engineering source approval by the design control
activity in order to maintain the quality of the part. Existing unique design capability, engineering skills, and
manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s).
The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically
available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An
alternate source must qualify in accordance with the design control activity's procedures, as approved by the
cognizant Government engineering activity. The qualification procedures must be approved by the Government
engineering activity having jurisdiction over the part in the intended application. AMSC “P” - the rights to use the
data needed to purchase this part from additional source(s) are not owned by the Government and cannot be
purchased, developed, or otherwise obtained. It is uneconomical to reverse engineer this part.
SPRRA224R0016
SPRRA224R0016
As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2)
having only a limited number of responsible sources. The Government is interested in all businesses to include
8(a), small business and small disadvantaged business, Service-Disabled Veteran-Owned, Hubzone, and Women-
Owned small business concerns. All contractors must meet prequalification requirements in order to be registered
as a potential source. Firms that possess the ability and can produce the required item(s) described above are
encouraged to identify themselves. Contractors are encouraged to seek source approval in order to compete for
future solicitations by emailing inquiries to: usarmy.redstone.devcom-avmc.mbx.amr-m-sar@mail.mil.
The contractor shall be capable of successfully performing and complying with any and all special requirements in
accordance with the terms and conditions set forth in the solicitation annotated above, at the unit prices
established at time of a contract award. The contractor will be responsible for recurring and nonrecurring
engineering services associated with becoming a qualified source. The contractor will also be responsible for all
aspects of the manufacturing/production process, including but not limited to - supply chain management,
logistics, forecasting of parts, long-lead parts procurement, material forecasting, obsolescence issues and final
delivery of assets as well as any and all additional costs incurred resulting from contract performance.
Procurement consists of two or more requirements for supplies, based on forecasted demands. The Government
reserves the right to cancel this procurement, partially or in entirety before award. In the event the Government
cancels this acquisition (partially or in entirety) before award, the Government has no obligation to reimburse an
offeror for any costs.
DISCLAIMER: THIS SSS IS ISSUED SOLELY FOR INFORMATIONAL AND PLANNING PURPOSES. IT DOES NOT
CONSTITUTE A SOLICITATION (REQUEST FOR PROPOSAL OR REQUEST FOR QUOTATION) OR A PROMISE TO ISSUE A
SOLICITATION IN THE FUTURE 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 STRICTLY VOLUNTARY.
THIS ACQUISITION MAY CONTAIN TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT
CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-
2402) EXECUTIVE ORDER 12470. ARMS EXPORT INFORMATION CANNOT BE RELEASED OUTSIDE THE UNTIED
STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT.
THIS ACQUISITION MAY CONTAIN DATA WHICH IS CONSIDERED CRITICAL TECHNOLOGY AND HAS BEEN
RESTRICTED FOR RELEASE OUTSIDE OF THE UNITED STATES. RESTRICTED INFORMATION CAN NOT BE RELEASED
OUTSIDE THE UNITED STATES WITHOUT APPROVAL OF THE GOVERNMENT.
ATTACHMENT’S/LINKS: NONE
Attachments/Links
Contact Information
Primary Point of Contact
- David Bennett
- david.b.bennett@dla.mil
Secondary Point of Contact
- Becky Brady
- becky.brady@dla.mil
History
- Mar 01, 2024 10:55 pm CSTPresolicitation (Original)
- Jan 26, 2024 10:55 pm CSTSources Sought (Original)