Circuit Card Assembly/Electronic Shield Com
Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.
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: May 20, 2022 11:53 am CDT
- Original Response Date: May 23, 2022 04:59 pm CDT
- Inactive Policy: 15 days after response date
- Original Inactive Date:
- 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: Fort Bliss , TX 79916USA
Description
SAM.GOV Sources Sought
Class Code See Below
NAICS Code: See Below
Subject: Multiple NSNs- OEM Raytheon Patriot Missile Weapon System, Sole Source Long Term Contract
PRON Number: N/A
Set Aside Code: N/A
Response Date: 3 Days
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 System (NAICS) Code and a corresponding Size Standard of employees is located on the below table.
This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of MULTIPLE ITEMS LISTED BELOW in support of the Patriot weapon system. The AMSC code can be referenced to the table below. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-l(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, ServiceDisabled 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.
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.
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.
NSN: 5998-01-609-1055- WARNING! THIS TDPL INDICATES DOCUMENTATION THAT IS CLASSIFIED. WARNING! THIS DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, U.S.C., SEC 2751 ET SEQ.) OR EXECUTIVE ORDER 12470. VIOLATION OF THESE EXPORT LAWS ARE SUBJECT TO SEVERE CRIMINAL PENALTIES.
NSN-5999-01-460-3579-WARNING! THIS TDPL INDICATES DOCUMENTATION THAT IS CLASSIFIED. WARNING! THIS DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, U.S.C., SEC 2751 ET SEQ.) OR EXECUTIVE ORDER 12470. VIOLATION OF THESE EXPORT LAWS ARE SUBJECT TO SEVERE CRIMINAL PENALTIES.
1. NSN- 5998-01-609-1055, PART NUMBER- 13656861, NOUN-Circuit Card Assembly, NAICS-334412, # of EMPLOYEES-750, AMSC- 3C.
2. NSN- 5999-01-460-3579, PART NUMBER- 11479575, NOUN-Electronic Shield Com, NAICS-334417, # of EMPLOYEES-1000, AMSC- 3N
AMSC 3C: Acquire, for the second or subsequent time, directly from the actual manufacturer. This part requires 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).
AMSC 3N: Acquire, for the second or subsequent time, directly from the actual manufacturer. Manufacture of this part requires special test and/or inspection facilities to determine and maintain ultra-precision quality for its function or system integrity.. Substantiation and inspection of the precision or quality cannot be accomplished without such specialized test or inspection facilities. If the test cannot be made available for the competitive manufacture of the part, the required test or inspection knowledge cannot be documented for reliable replication, or the required physical test or inspection facilities and processes cannot be economically documented in a TDP, valid AMCs are 3, 4, or 5. If the facilities or tests can be made available to two or more competitive sources, AMCs 1 or 2 are valid.
Attachments/Links
Contact Information
Contracting Office Address
- DLR PROCUREMENT OPERATIONS (AH) 5201 MARTIN ROAD
- REDSTONE ARSENAL , AL 35898-7340
- USA
Primary Point of Contact
- GREGORY MCCRELESS
- gregory.mccreless@dla.mil
- Phone Number 2563099765
Secondary Point of Contact
History
- Jun 19, 2022 10:55 pm CDTSources Sought (Updated)
- May 20, 2022 11:53 am CDTSources Sought (Original)