CONTROL, ALARM

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 63 - Alarm, Signal, and Detection Systems
Opps ID: NBD00159853868657866
Posted Date: Apr 12, 2024
Due Date: Apr 29, 2024
Solicitation No: SPRTA1-24-R-0127
Source: Members Only
Follow
CONTROL, ALARM
Active
Contract Opportunity
Notice ID
SPRTA1-24-R-0127
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY
Major Command
DLA AVIATION
Sub Command
DLA AVIATION OKLAHOMA CITY
Office
DLA AVIATION AT OKLAHOMA CITY, OK
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: Presolicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 12, 2024 08:48 am EDT
  • Original Response Date: Apr 29, 2024 11:59 am EDT
  • Inactive Policy: Manual
  • Original Inactive Date: Apr 30, 2025
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6340 - AIRCRAFT ALARM AND SIGNAL SYSTEMS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
Description

Synopsis



PR: FD2030-24-01101





1. Estimated issue date and estimated closing/response date:



Issue: April 29, 2024



Closes: May 29, 2024





2. RFP#: SPRTA1-24-R-0127





3. Service/Spare/Repair/OH: Spares





4. AMC: 3/D





5. Nomenclature/Noun: CONTROL, ALARM





6. NSN: 6340-01-708-4202





7. PN: 8-490-12





8. History: No Previous History





9. Description/Function: Provides status of landing gear. Material: Metal case housing electronic components. End item is the B-2 aircraft. Length 36.50”, Width 26.50”, Height 9.50”, Weight 90.30 ounces.





10. Total Line-Item Quantity: L/I 0001 -8 Each (Range: 2-12)





11. Application (Engine or Aircraft): B-2





12. Destination: L/I 0001 Ship to SW3211





13. Required Delivery: L/I 0001 Ship to SW3211 on or before 8 December 2026





14. Qualification Requirements: Do not exist.





15. Export Control Requirements: No





16. UID: UID is required.





17. Qualified Sources: Eldec Aerospace Corporation (CAGE 08748)





18. Set-aside: This acquisition will not be set aside.





19. Mandatory Language:





The Government does not own the data or the rights to the data needed to manufacture this item. Firms interested in participating in this procurement are encouraged to contact the OEM to inquire about the data or rights to the data.





In accordance with FAR 5.207(c) (16) (i), all responsible sources may submit a bid, proposal, or quotation which shall be considered by the agency.





Foreign owned firms are advised to contact the contracting officer or program manager before submitting a proposal to determine whether there are restrictions on receiving an award.





It is suggested that small business firms or others interested in subcontracting opportunities in connection with the described procurement make contract with the firms(s) listed.





This acquisition involves technology that has a military or space application. The extent of foreign participation has not yet been determined. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small business set aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors).





Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within15 days of this notice.





Government's obligation under this contract is contingent upon the availability of appropriated funds from which payment for contract purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available to the Contracting Officer for this contract and until the Contractor receives notice of such availability, to be confirmed in writing by the Contracting Officer





Electronic procedures will be used for this solicitation. Hardcopies of the solicitation will not be sent from this office. The solicitation will be available for download only at www.sam.gov.





Authority: 10 U.S.C. 2304(c) (1), Justification: supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. The proposed contract action is for supplies and services for which the Government intends to solicit and negotiate with only one, or a limited number of sources under the authority of FAR 6.302.





This notice of intent is not a request for competition. However, all proposals received within 45 days (30 days if award is issued under an existing basic ordering agreement) after date of publication of this synopsis will be considered by the Government. A determination by the Government not to compete this proposed contract based upon responses to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement.





Note: While price will be a significant factor in the evaluation of offers, the final contract award decision may be based upon a combination of price and past performance factors as detailed in the solicitation.





Note: An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested parties are invited to call the Ombudsman at (405) 855-3556. DO NOT CALL THIS NUMBER FOR SOLICITATION REQUESTS.



Request for written quotation will be issued. Only written or faxed request received directly from the requestors are acceptable. The anticipated award date will be 90 days after the issuance of this notice.





20. Buyer name and email address: Questions concerning this synopsis or subsequent solicitation can be directed to the buyer Michael Hannan, micahel.hannan.1@us.af.mil.


Attachments/Links
Contact Information
Contracting Office Address
  • DLR PROCUREMENT OPERATIONS (AO) 3001 STAFF DRIVE
  • TINKER AFB , OK 73145-3070
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Apr 12, 2024 08:48 am EDTPresolicitation (Original)

Related Document

Apr 29, 2024[Solicitation (Original)] CONTROL, ALARM

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 >