Skip to main content

An official website of the United States government

You have 2 new alerts

NSN: 1560-015976221, PARTS KIT,FUSELAGE

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 27, 2025 02:27 pm EST
  • Original Response Date: Jan 31, 2025 04:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Feb 15, 2025
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code:
  • NAICS Code:
  • Place of Performance:
    Richmond , VA 23237
    USA

Description

The Defense Logistics Agency is issuing a source sought as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for NSN 1560-015976221, PARTS KIT,FUSELAGE. There is one approved source of supply:

CAGE: 4XK87, R & S MACHINING INC,  P/N 626BHSUBKIT1RSM

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 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. Drawings are not available.

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 OTHER THAN 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 01/31/2025. All responses under this Sources Sought Notice must be emailed ive.allen@dla.mil. If you have any questions concerning this opportunity, please contact: Ive Allen.

Technical Orders and Qualification Requirements are not available.

APPENDIX 1: Purpose and Objectives

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:

Part Number: 626BHSUBKIT1RSM

Nomenclature: PARTS KIT,FUSELAGE

NSN: 1560-015976221

Estimated Requirement: 50 KITS

If your company desires to be reviewed and qualified as an "Approved Source" for this item, submit an application

package through the Source Approval Request (SAR) Program as outlined in the attached JACG SAM HB document.

A SAR package contains all of the technical data needed to demonstrate that the prospective contractor can

competently manufacture the product to the same level of quality, or better, than the required item. The onus is on

the contractor to document and demonstrate their product is equal to, or better, than the currently approved item,

which DLA Aviation is procuring.

DLA-Aviation can only receive Source Approval Requests (SAR) through DoDSafe link due to internet/web safety

concerns.

To submit your SAR please send an email to: dlaavnsmallbus@dla.mil, subject line "Request a SAR drop

off". Include CAGE code, the NSN and the email address where you want to receive the DoDSafe link. After your

email is received, a DoDSafe drop off will be returned, where you can download your SAR file.

Contact Information

Primary Point of Contact

Secondary Point of Contact





History