Pais / Región
Paises

Provincias / Departamentos
Colombia Colombia
Argentina Argentina
Canada Canada
Chile Chile
Ecuador Ecuador
España España
Guatemala Guatemala
Honduras Honduras
Mexico Mexico
Panama Panama
Paraguay Paraguay
United States United States
Uruguay Uruguay
Categorias / Industrias
Publication: 2021-11-17 16:01:00
United States SAM

3110; BEARING, SLEWING RIN; WSDC: MRA; WSIC: F:

Process Number SPE4A622R0072

USA

Dates:


Notice ID:

SPE4A622R0072

Department/Ind. Agency:

DEPT OF DEFENSE

Sub-tier:

DEPT OF DEFENSE

Sub Command:

DLA AVIATION

Office:

DLA AVIATION

General Information:


All Dates/Times are:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Updated Published Date:

(UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA

Original Published Date:

2021-11-17 16:01:00

Original Response Date:

Nov 22, 2021 02:00 pm EST

Inactive Policy:

15 days after response date

Original Inactive Date:

Dec 07, 2021

Initiative:
  • None***--***

Classification:


Product Service Code:

3110 - BEARINGS, ANTIFRICTION, UNMOUNTED

NAICS Code:

332991 - Ball and Roller Bearing Manufacturing

Description:


Original Set Aside:

DLA Aviation, Richmond VA issuing a sources sought synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement for this item: NSN: 3110 016162481 - Nomenclature: Bearing, Slewing Rin Intended Source(s): SKF USA Inc. 52676 P/N 14003546 Kaydon Corporation 32828 P/N 14003546 JBK Manufacturing, LLC 69282 P/N 14003546 Thyssenkrupp Rothe Erde USA Inc. 28666 P/N 14003546 Quantity: CLIN 0001 – 4579 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 332991. 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. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, website 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. In order to deliver technical capability and if significant subcontracting or teaming is anticipated. Organizations should address the administrative and management structure of such arrangements in IAW FAR 10.001(b). The government will evaluate market information to ascertain potential market capacity in order 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 BUSINESS OR PROCURED THROUGH FULL AND OPEN COMPETITION. Multiple awards are possible. 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 22 Nov 21, 2:00 p.m. (EDT). Email responses under this Sources Sought Notice to Stephanie.Lowe@dla.mil. With questions concerning this opportunity, contact Stephanie Lowe at the above referenced email. 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 established at the time of a contract award. Offerors not cited as acceptable sources in the Purchase Order Text are required to obtain Source Approval from The Design Control Activity. SOURCE APPROVAL REQUESTS/TECHNICAL DATA PACKAGES must be submitted to DLA AVIATION with the proposal. See attachment. 1B – This must be acquired from a manufacturing source(s) specified on a source control drawing. DISCLAIMER: THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS 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.

Attachments / Links:


Document Size Updated date Download

Contact Information:


ASC COMMODITIES DIVISION 8000 JEFFERSON DAVIS HIGHWAY

RICHMOND , VA 23297

USA

Primary Point of Contacts:

Stephanie LoweDSN-695-2385

Secondary Point of Contact:

Zachary Sharper804-279-3126