Inactive
Notice ID:SPRRA1-20-R-0111
No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA-AHAA, Danielle Jefferson, Contract Specialist, via email Danielle.Jefferson@dla.mil. For request for solici...
No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA-AHAA, Danielle Jefferson, Contract Specialist, via email Danielle.Jefferson@dla.mil. For request for solicitation, provide your name, the company name and Cage Code and a telephone/facsimile number. COPIES OF DRAWINGS AND OTHER TECHNICAL DATA WILL NOT BE PROVIDED BEFORE RELEASE OF THE SOLICITATION. PRON: AX0T2104AX. The Government proposes to acquire a 5-YEAR IDIQ of a VALVE ASSEMBLY, ANTI, NSN: 2995-01-294-9867, Part Number: 4046T28G14 applicable to the UH-60 BLACKHAWK weapon system. Forecasted/estimated quantities: Year 1: 300 each Year 2: 400 each Year 3: 400 each Year 4: 400 each Year 5: 400 each Production Lead Time (PLT) with First Article Testing (FAT) for VALVE ASSEMBLY, ANTI: NSN: 2995-01-294-9867, P/N: 4046T28G14 is 300 each, 270 Days after Contract Award (DACA) with deliveries to Tinker AFB, OK, 73145-8000. PLT without FAT for EXTENSION ASSY, MAIN: NSN: 2995-01-294-9867, P/N: 4046T28G14 is 300 each, 180 DACA with deliveries to Tinker AFB, OK, 73145-8000. This requirement is restricted to VACCO INDUSTRIES, CAGE: 1PVC5, AND GENERAL ELECTRIC, CAGE: 99207. This part requires engineering source approval by the design control activity in order to maintain the quality of the party. Existing unique design capability, engineering skills, and manufacturing knowledge by the qualified source(s) require acquisition of the part from the approved source(s). The approved source(s) retain data rights, manufacturing knowledge, or technical data that are not economically available to the Government, and the data or knowledge is essential to maintaining the quality of the part. An alternate source must qualify in accordance with the design control activity’s procedures, as approved by the cognizant Government engineering activity. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(1) 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, Service-Disabled 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 emailing inquiries to: usarmy.redstone.ccdc-avmc.mbx.ame-sar@mail.mil. All responsible sources may submit an offer, which shall be considered by the Agency. The closing date annotated is an estimated date and may be adjusted depended upon the date of release of solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies. THIS ACQUISITION CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT (TITLE 22, USC., SEC 2751 ET SEQ) OR THE EXPORT ADMINISTRATION ACT (TITLE 50, USC., APP 2401-2402) EXECUTIVE ORDER 12470. THIS INFORMATION CANNOT BE RELEASED OUTSIDE THE UNITED STATES WITHOUT PRIOR APPROVAL OF THE GOVERNMENT.