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. This SSS is to notify companies that the Defense Logistics Agency, Redstone Arsenal, Alabama, is seeking qualified sources for the acquisition of the Environmental Control Unit (P/N 57K8031), for a two-year, firm-fixed price, Indefinite Delivery Indefinite Quantity (IDIQ) type contract. This acquisition is for the Bradley Fighting Vehicle Upgrade in support of PM Mounted Armored Vehicle (MAV).
The USG is conducting market research to see if there are two or more Women-Owned Small Businesses that are interested and capable of proposing to this effort. If the USG does not receive two or more WOSB responses, this effort will become a total Small Business Set-Aside.
Minimum IDIQ order quantity: 50
Maximum IDIQ order quantity: 400
It is contemplated that this award will be made on a lowest-price technically acceptable basis.
If responding, please provide the following:
- A capability statement with a synopsis on how this need will be met (2 pages maximum)
- List your small business representation, cage code, and a point of contact
If you want drawings for this acquisition, please reach out to the following email address: DLAHSVPMCONTRACTS@DLA.MIL. In order to receive drawings, you must be Joint Certification Program (JCP) certified.
As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.101(a) promoting full and open competition. 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. Firms that possess the ability and can produce the required item(s) described above are encouraged to identify themselves. 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.