Skip to main content

An official website of the United States government

You have 2 new alerts

Electronic Switch / Electrical Unit - SYNOPSIS

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: Presolicitation (Original)
  • Original Published Date: Sep 12, 2023 03:28 pm CDT
  • Original Response Date: Sep 28, 2023 04:00 pm CDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 13, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 6625 - ELECTRICAL AND ELECTRONIC PROPERTIES MEASURING AND TESTING INSTRUMENTS
  • NAICS Code:
    • 334412 - Bare Printed Circuit Board Manufacturing
  • Place of Performance:
    Redstone Arsenal , AL 35898
    USA

Description

No telephone requests will be accepted. Direct your requests and communications to ATTN: DLA-AHCB, Kereen Johnston, Contract Specialist, via email Kereen.johnston@dla.mil to request the solicitation. In the request provide your name, the company name, Cage Code, and telephone number.

PRON: D13V1007D1. The Government proposes to acquire on a One Time Buy, Firm-Fixed Price contract, for a quantity of ONE (1) each of a SWITCH, ELECTRONIC / ELECTRICAL UNIT; NSN: 6625-01-641-9771; Part Number: 13685001 applicable to the EP-HELLFIRE Missile weapon system.

Production Lead Time (PLT) with First Article Testing is 1 each, 270 Days After Contract Award (DACA). PLT without First Article Testing is 1 each, 270 Days After Contract Award (DACA) with deliveries to SR ARMY General Supply, Anniston, AL 36201-4199.

This Requirement is Sole Sourced to: Science Applications International Corporation (SAIC)

4422 Bragdon St Indianapolis, IN 46226, USA

This part must be acquired directly from a manufacturing source (s). All offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. All responsible sources may submit an offer, which shall be considered by the Agency. The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective
embassies. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. 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 accessing the website: https://www.avmc.army.mil/Directorates/SRD/SAR/ then click on AMCOM Spare Parts
Manufacturer or Distributor SAR. Foreign Firms are reminded that all requests for solicitation must be processed through their
respective embassies. The closing date annotated is an estimated date and may be adjusted dependent upon the date of
release for solicitation; however, the solicitation will not close prior to the date stated above.

THIS ACQUISITION CONTAINS 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. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT. EXPORT CONTROL REQUIRES THE APPLICABLE CERTIFICATIONS TO BE CURRENT FOR BOTH THE QUOTER AND MANUFACTURER. THE OFFEROR AND ANY SOURCE(S) OF SUPPLY IT WILL USE FOR CONTRACT PERFORMANCE MUST HAVE AN ACTIVE UNITED STATES/CANADA JOINT CERTIFICATION PROGRAM (JCP) CERTIFICATION TO ACCESS EXPORT CONTROLLED DATA. DLA DOES NOT INTEND TO DELAY AWARD IN ORDER FOR AN INELIGIBLE OFFER OR ITS SOURCE(S) SUPPLY TO APPLY FOR AND RECEIVE DLA CONTROLLING AUTHORITY APPROVAL TO ACCESS THE EXPORT CONTROLLED DATA.

Contact Information

Contracting Office Address

  • DLR PROCUREMENT OPERATIONS (AH) 5201 MARTIN ROAD
  • REDSTONE ARSENAL , AL 35898-7340
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Nov 25, 2023 10:55 pm CSTSolicitation (Deleted)
  • Oct 13, 2023 10:55 pm CDTPresolicitation (Original)
  • Sep 20, 2023 10:55 pm CDTSources Sought (Original)