Skip to main content

An official website of the United States government

You have 2 new alerts

88 EACH OF NSN 5995-012991519

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: Nov 19, 2024 03:38 pm EST
  • Original Response Date: Dec 01, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Dec 16, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 5995 - CABLE, CORD, AND WIRE ASSEMBLIES: COMMUNICATION EQUIPMENT
  • NAICS Code:
    • 334419 - Other Electronic Component Manufacturing
  • Place of Performance:
    Philadelphia , PA 19111
    USA

Description

The Defense Logistics Agency is issuing these sources sought as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for NSN 5995-012991519, CABLE ASSEMBLY, SPEC. This item is currently manufactured by: HARCOSEMCO CAGE 09526/24735, PN AA3668-1. 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. 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 quantity is for 88 each. The unit prices will be established at the time of a contract award. 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 334419.

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. The sources sought notification is NOT FOR THE CURRENT BUY, the intention is to get vendors interest in getting approve so they can compete on the NEXT buy.

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.

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 December 1, 2024 3:00 pm Eastern Standard Time. All responses under this Sources Sought Notice must be emailed to Keli Barish (keli.barish@dla.mil).

If you have any questions concerning this opportunity please contact: Keli Barish via email (keli.barish@dla.mil).

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AP) 700 ROBBINS AVENUE BUILDING 1
  • PHILADELPHIA , PA 19111-5098
  • USA

Primary Point of Contact

Secondary Point of Contact





History