Skip to main content

An official website of the United States government

You have 2 new alerts

Circuit Card Assembly

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: Aug 14, 2024 12:54 pm EDT
  • Original Response Date: Oct 02, 2024 11:59 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Oct 17, 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:

Description

Description:

Solicitation# SPE7M1-24-Q-1232

Purchase Requisition#: 7007470879

NSN:  5998-01-692-6476

Item Description: Circuit Card Assembly

Type of Set Aside: Unrestricted

Type of Contract: Firm Fixed Price

NAICS Code: 334412

Size Standard: 750

This requirement is for a quantity of 2405 each.   Price Breaks requested from a quantity of 1405 up to a quantity of 3404.                                                          

This solicitation will be issued under Other Than Full and Open Competition FAR 6.302 (c) (1) and will be in accordance with (IAW) FAR Part 13.5 Simplified Procedures for Certain Commercial Products and Commercial Services.                                                                      

Procurement is restricted to source(s) specified on the “Source Controlled” drawing. Once the solicitation is issued, Procurement Note L22 – Restriction of Alternate Offers for Source Controlled Items will apply.

This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract for only approved source(s) or their suppliers under the authority of 10 U.S.C. 2340 (c)(1).

Approved source(s):

Chelton Limited (U1907) P/N A3206602

IAW BASIC DRAWING NR 80063 A3206602

REVISION NR     DTD 12/01/2000

PART PIECE NUMBER:

IAW REFERENCEDRAWING NR 80063 A3205870

REVISION NR     DTD 03/06/1997

PART PIECE NUMBER:

IAW REFERENCE DRAWING NR 80063 A3206027

REVISION NR DTD 12/08/1997

PART PIECE NUMBER:

IAW REFERENCE DRAWING NR 80063 A3206530

REVISION NR C   DTD 05/07/1998

PART PIECE NUMBER:

IAWREFERENCE DRAWING NR 80063 A3206602

REVISION NR     DTD 03/30/2021

PART PIECE NUMBER:

Complete specifications, plans or drawings are not available.

FOB Origin, Inspection / Acceptance Origin 

   

Delivery: 428 days

 This item will be shipped to:

W25G1U

DLA stock Depot: W25G1U, W1A8 DLA DISTRIBUTION

 DDSP NEW CUMBERLAND FACILITY

2001 NORMANDY DRIVE DOOR 113 TO 134

 NEW CUMBERLAND PA 17070-500

USA                                                                                                                                                                                                                                                              

IAW FAR 5.207(c)(16)(ii) All responsible sources may submit a capability statement, proposal, or quotation, which shall be considered by the agency.

First Destination Transportation (FDT) applies.

This solicitation is being issued under the First Destination Transportation (FDT) program to reduce cost of transportation through the use of Government-Arranged Transportation utilizing Government contracts and rates.  If this acquisition is for Foreign Military Sales (FMS) FDT will not apply.

For FDT program transportation requirements, see Procurement Note C16 - First Destination Transportation (FDT) Program, Government Arranged Transportation for Manual Awards, Procurement Note C17 - FDT Program-Shipments Originating from Outside the Contiguous United States and C20 - Vendor Shipment Module (VSM).

Offers should be submitted based on FOB Origin. For offerors whose shipments will originate from outside the contiguous United States, the offeror's FOB Origin price shall include transportation to a contiguous United States location that the offeror selects based on cost effectiveness or other variables at the offeror's discretion.

Additional information about FDT can be found at: http://www.dla.mil/FDTPI/

This solicitation is an RFQ (Request for Quote) and will issue Sept 2024. It will be available at https://www.dibbs.bsm.dla.mil . Hard copies of this solicitation are not available and must be downloaded from the internet site above.

Solicitation will not contain a quantity option.  

 Reverse Auctioning: This solicitation will not contain Procurement Note L09- Reverse Auction (RA).

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance, technical acceptability, and any Socioeconomic proposals, in order to provide the best value to the Government.

Contact Information

Contracting Office Address

  • MARITIME SUPPLY CHAIN PO BOX 3990
  • COLUMBUS , OH 43218-3990
  • USA

Primary Point of Contact

Secondary Point of Contact

History

  • Oct 17, 2024 11:55 pm EDTPresolicitation (Original)