This notice is NOT a request for quotes or proposals (RFQ/RFP).
The government is considering a long-term contract (LTC) with a potential period of performance of five (5) years, including any option periods.
Responses to this Sources Sought should address the company's capacity to support a five-year long-term contract.
Offerors should demonstrate experience in contracts of similar size, scope and value and must be able to support a 5-year long-term contract.
The following NSNs are requested.
CLIN NSN NOMENCLATURE
0001 1720-00-193-8853 COVER,TENSIONER CYLINDER ASSY
0002 3040-01-271-9547 CONNECTING LINK,RIGID
0003 2530-01-411-7897 ANCHOR,TORSION BAR
0004 2540-01-434-8595 TOWBAR,MOTOR VEHICLE
0005 3020-01-447-8108 ADAPTER,CHAIN
0006 3020-01-461-7719 GEARSHIFT ASSEMBLY
0007 1015-01-599-2325 ROD AND FOLLOWER ASSY,BREECHBLOCK
0008 1025-01-699-5422 HOWITZER CONTROL LEVER
Estimated Annual Demand Quantity (ADQ) and Annual Demand Value (ADV) are stated as follows:
CLIN NSN Estimated ADV Estimated ADQ
0001 1720-00-193-8853 $24,214.29 17
0002 3040-01-271-9547 $36,082.03 113
0003 2530-01-411-7897 $9,139.28 46
0004 2540-01-434-8595 $1,285,995.75 533
0005 3020-01-447-8108 $6,499.28 8
0006 3020-01-461-7719 $34,242.80 8
0007 1015-01-599-2325 $21,376.60 48
0008 1025-01-699-5422 $24,158.00 47
Estimated ADV Total: $1,441,708.23
All 9 NSNs have an Acquisition Method Code (AMC) / Acquisition Method Suffix Code (AMSC) of “1/G”.
AMC 1. Suitable for competitive acquisition for the second or subsequent time.
AMSC G. The Government has rights to the technical data, the data package is complete, and there are no technical data, engineering, tooling or manufacturing restrictions.
All 9 NSNs are export-controlled items subject to export control regulations under the International Traffic in Arms Regulations (ITAR) and/or the Export Administration Regulations (EAR).
Interested vendors must possess an active and current Enhanced Joint Certification Program (eJCP) certification to be eligible for the award.
Please also note:
CLIN 0001 - NIIN: 001938853 - 82N ALRE Item. Critical Application Item (CAI)
CLIN 0004 - NIIN: 014348595 - CAI, COC, SPI
CLIN 0006 - NIIN: 014617719 - GPLT applies
CLIN 0007 - NIIN: 015992325 - Critical Gun Part, Defense Article, CFAT applies, PVT
CLIN 0008 - NIIN: 016995422 - Critical Gun Part, CFAT applies, PVT, QPL/QML, CAI
- ALRE - Aircraft Launch and Recovery Equipment
- CAI - Critical Application Item
- COC - Certificate of Conformance
- SPI - Special Packaging Instruction
- GPLT - Government Production Lot Test
- CFAT - Contractor First Article Test
- PVT - Production Verification Testing
- QPL/QML - Qualified Products List/Qualified Manufacturers List - For CLIN 0009, potential sources must be on the Qualified Products List (QPL) or Qualified Manufacturers List (QML) to be considered.
CLIN 0007 and 0008 are classified as a Critical Gun Part. Potential sources must demonstrate robust quality control systems, complete material traceability, and compliance with all applicable firearms regulations. Please provide details of your experience in manufacturing similar critical gun parts.
---
Technical data, including Drawings, are posted in DIBBS https://www.dibbs.bsm.dla.mil/ in the DLA Collaboration Folders (cFolders) section: https://pcf1x/bsm.dla.mil/cfolders/.
---
Please review the NSN(s) listed above and provide any sources that may be able to manufacture this item. The approved sources for these items are listed above. All information may be submitted directly to Kozo Okamura at kozo.okamura@dla.mil. This information must be provided by the response date of this notice.
Should a company wish to be reviewed and qualified as an “Approved Source”, they may submit an application package through the DLA Land and Maritime Alternate Offer/Source Approval Request (SAR) Program. A SAR package contains all technical data needed to demonstrate that the prospective contractor can competently manufacture the product to the same level of quality or better than the Original Equipment Manufacturer (OEM). The onus is on the contractor to document and demonstrate their product is equal to, or better, than the currently approved item which DLA Land and Maritime is procuring.
For further information, please reference the DLA Land Maritime web page shown below and click on the highlight: Alternate Offer/Source Approval Program for detailed explanation for the information and format necessary for a SAR and for the SAR approval process.
http://www.dla.mil/LandandMaritime/Business/Selling/Alternate-Offers/.
Thank you in advance for your assistance.
This notice is NOT a request for quotes or proposals (RFQ/RFP).