Parachute Inspection Table

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159591137848820
Posted Date: Mar 20, 2024
Due Date: Apr 3, 2024
Solicitation No: W56HZV-24-Q-0024_1
Source: Members Only
Follow
Parachute Inspection Table
Active
Contract Opportunity
Notice ID
W56HZV-24-Q-0024_1
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC WRN
Office
W4GG HQ US ARMY TACOM
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Mar 20, 2024 11:33 am EDT
  • Original Response Date: Apr 03, 2024 05:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Apr 18, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1670 - PARACHUTES; AERIAL PICK UP, DELIVERY, RECOVERY SYSTEMS; AND CARGO TIE DOWN EQUIPMENT
  • NAICS Code:
    • 314999 - All Other Miscellaneous Textile Product Mills
  • Place of Performance:
Description

Sources Sought Questionnaire for Parachute Inspection Table



1. The Army Contracting Command-Detroit Arsenal (ACC-DTA) is conducting a Sources Sought Questionnaire to determine the level of interest among qualified contractors to produce Parachute Inspection Table In Accordance With (IAW) Commercial Item Description (CID) A-A-59143.



Suppliers capable of manufacturing and producing these items must indicate so in response, by email, to Michelle Koziol, michelle.m.koziol.civ@army.mil.



This Sources Sought Questionnaire will provide a better understanding of the capabilities in the market and will identify the number of potential sources that possess the required technical expertise, facilities, resources, and demonstrated experience to produce the listed Inspection Table.





2. Proprietary Information. The U.S. Government acknowledges its obligations under Federal Acquisition Regulations (18 U.S.C. §1905) to protect confidential information provided to the Government. Pursuant to this statute, the U.S. Government is willing to accept any trade secrets or proprietary restrictions placed upon qualifying data forwarded in response to this survey and to protect such information from unauthorized disclosure, subject to the following:




  • Qualifying data must be clearly marked PROPRIETARY and be accompanied by an explanatory text so that the Government is clearly notified as to exactly what data so qualifies.

  • Only mark the data that is truly proprietary.

  • Do not mark data that is already in the public domain or is already in possession of the U.S. Government or third parties on an unclassified basis.

  • Proprietary data transmitted electronically must have the PROPRIETARY legend on both the cover of the transmittal e-mail as well as at the beginning of the file. Proprietary information contained within the correspondence shall use the legends: “PROPRIETARY PORTION BEGINS” and “PROPRIETARY PORTION ENDS.”



3. Disclaimer. The U.S. Government is not obligated to protect unmarked data. Nor is the Government obligated for like data in possession of third parties or for data which is afterwards placed in the public domain by the contractor or by third parties through no fault of the U.S. Government. Should the U.S. Government need to reproduce the protected data for distribution purposes between Government offices, all such data will be reproduced with restrictive legends in place. Additionally, all Government personnel provided with protected information will, prior to receiving copies of such information, sign a Non-Disclosure Agreement, which both alerts personnel of the proprietary nature of the information being provided as well as the seriousness of the Government’s obligations to protect such information.



4. Clarification of this Action. This request is a Sources Sought and is issued solely for information and planning purposes. This is not a Request for Proposal (RFP) or an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a solicitation mailing list. Response to this notice is voluntary and no reimbursement will be made for any costs associated with providing information in response to this Sources Sought Questionnaire and any follow-on information requests. Information provided regarding the potential contract as presented in this Sources Sought is subject to change and is not binding to the Government. Data submitted in response to this Sources Sought will not be returned. No solicitation document exists at this time. The Government does not intend to rank submittals or provide any reply to interested firms.



5. Instructions for Completing the Questionnaire. Contractors who deem themselves qualified and who would be interested in competing for such a contract are asked to complete the following questionnaire and provide written responses electronically via email to the U.S. Army Contracting Command (ACC) POC, Michelle Koziol, michelle.m.koziol.civ@army.mil. Telephone inquiries will not be accepted. The POC will not schedule personal visits for the purpose of discussing this Sources Sought Questionnaire. Emails or phone calls requesting personal visits will not receive a reply. Request that your response be returned no later than 03 APR 2024.



A. The response must include this announcement number in the subject line, response to the questions, below, numbering each response with the corresponding question number. The questions do not have to be repeated in the response. If a question cannot be answered, please indicate “No Response”. If a response will satisfy another question, state, “See response to Question X.” Refer to Sources Sought Questionnaire number in the subject line of response.






  1. Provide Vendor Profile: Company name, mailing address, PCO name/title, phone number, e-mail address.

  2. Provide CAGE code.

  3. Identification of the contractor as a Large or a Small Business under NAICS code 314999. If a Small Business, identify as an 8(a), HUB Zone, Disadvantaged, Women-Owned, or non-disadvantaged. Please indicate if the NAICS code selected is appropriate. If not, please explain why.

  4. State whether the company you represent is foreign or American owned.

  5. Describe the type(s) of items you currently manufacture.

  6. Describe your current production capacities. The contractor must provide information to show that it possesses, or shall possess, adequate manufacturing facilities (equipment, tooling, and space) to enable it, or its ubcontractors, to produce the above item.

  7. Is your company willing and able to produce the Inspection Table CID A-A-59143?

  8. What is your firm’s production lead-time for the Inspection Table? (Please respond in # of calendar days.)

  9. What is your firm’s minimum normal and maximum sustainable monthly production rates for this item?

  10. Does your firm offer quantity discounts and/or price breaks? If so, at what quantities?

  11. What is your firm’s estimate for the unit price range for this.

  12. Provide evidence of past/current contracts with the DoD. The contractor shall submit their part number, NSN(s), or nomenclature and the date of the last procurement effort of the same or similar items for which they have manufacturing experience. Government contract numbers, if applicable, shall be provided.

  13. Is there any other pertinent information your firm would care to disclose? If so, please list below and/or include as an attachment with your submission.






Attachments/Links
Contact Information
Contracting Office Address
  • 6501 EAST 11 MILE ROAD ARMY CONTRA COMMAND WARREN
  • DETROIT ARSENAL , MI 48397-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Mar 20, 2024 11:33 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >