Skip to main content

An official website of the United States government

You have 2 new alerts

multi nsn

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 20, 2022 12:14 pm EST
  • Original Response Date: Jan 25, 2022 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Richmond , VA 23297
    USA

Description

The DLA Aviation is issuing these 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 MULTI NSN PROJECT (1) NSN 1680-01-382-8568, Seat Release, Lanyar IAW AMI Industries, Inc, CAGE: 31218; P/N: 1615-030 for an Estimated Annual Quantity of 33 each. The required delivery schedule is 295 days. FOB Destination and Inspection and Acceptance is Origin (2) 1670-01-167-0597, Bridle Assembly IAW AMI Industries, Inc, CAGE: 31218; P/N: 12220-1. for an Estimated Annual Quantity of 15 each.  The required delivery schedule is 377 days. FOB Destination and Inspection and Acceptance is Origin. The result of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) codes assigned to this procurement is 336413

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 January 25, 2022 @ 3pm. All responses under this Sources Sought Notice must be emailed to Repanza Mason @ repanza.mason@dla.mil.             

If you have any questions concerning this opportunity please contact: to Repanza Mason @ repanza.mason@dla.mil.              

APPENDIX 1: Purpose and Objectives

(1) NSN: 1680-01-382-8568  

Estimated Annual Demand Quantity: 33 each   

Minimum Delivery Order: 25 each

Maximum Delivery Order: 33 each

(2) NSN: 1670-01-167-0597

Estimated Annual Demand Quantity: 15 each   

Minimum Delivery Order: 11 each

Maximum Delivery Order: 15 each

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:

(1) NSN

1680-01-382-8568

Part Number

1615-030

Nomenclature

Seat Release, Lanyar

Estimated Requirement

33

(2) NSN

1670-01-167-0597

Part Number

12220-1

Nomenclature

Bridle Assembly

Estimated Requirement

15

Technical Orders and Qualification Requirements are not available.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History