Class Code:
NAICS Code: 336415
Subject: Shotgun Harness Assembly Kit for Advance Technology Integration – Detroit (ATI-D)
Solicitation Number: SPRRA2-25-R-0051
Set Aside Code: N/A
Response Date: (MM) (DD) (YYYY) 3 days
Place of Performance: ( )
Description:
THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR 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 a Shotgun Harness Assembly Kit (without top plates), P/N: 18MEHE10000-100, compatible with the M299 launcher for integration into the ATI-D System. This award is anticipated to be made against an existing firm-fixed price, 8 YR indefinite delivery requirements type contract, SPRRA224D0003 in support of the PEO Missiles and Space (PEO MS) Tactical Aviation and Ground Munitions (TAGM) Advanced Technology Integration (ATI) Program Office.
It is contemplated that this award will be made to Marvin Test Solutions, CAGE Code: 056D8, utilizing Other than Full and Open Competition in accordance with FAR 6.302-1(a)(1), having only one responsible source.
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 the POCs listed with this announcement.
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.