Active Solicitation · DEPT OF DEFENSE
AI Summary
The Department of Defense is seeking proposals for a five-year indefinite delivery/indefinite quantity contract for vaneaxial fans. The procurement is sole sourced to Lektron Inc. and requires engineering source approval. Interested parties must submit proposals in accordance with FAR Part 15, and the formal RFP will be posted on SAM.gov after this pre-solicitation notice closes.
This is the Pre-Solicitation/Synopsis notice announcement for Request For Proposals (RFP) SPRRA2-26-R-0060.
No telephone requests will be accepted. Direct your requests and communications to :ATTN: DLAAHCB, Brylee Malone, Contract Specialist, via email at brylee.malone@dla.mil and CC Jean Paul Bretz via email at jean.bretz@dla.mil for all RFP questions and to receive a copy of the RFP.
All emailed requests shall contain the following information:
1. Company Name
2. Company Address
3. Company Cage Code
4. Company technical Point of Contact (POC) information to include name, title, telephone number, and emailaddress.
5. Business Classification / Socio-Economic Status (e.g., large, small, 8(a), women owned, hub-zone, SDB,Service-Disabled Veteran Owned).
PRON: D14F0105D1
The Government proposes to acquire One Firm Fixed Price (FFP) Five Year Indefinite Delivery/Indefinite Quantity
(IDIQ) Contract the following part:
Noune: FAN, VANEAXIAL
NSN Number: 4140-01-671-5069
Part Number: 13705468-1
Quantity: MIN Quantity: 27 EA / MAX Quantity: 71 EA
Weapon System: M-D6 Patriot Weapon System
NAICS Code: 334220
Size Standard: 500 Employees
NSN Testing: Government Production Lot Test
Government First Article Test Requirements:
Number Of Samples To Be Tested: All Lots
Delivery By: 390 Days After Delivery Order Issuance
Government Review Days: 30 Days
Deliver FOB: Destination
Ship To: (W31P0W) Pr W0L9 Us ARMY AVN & Missiles CMD
Redstone Technical Test Center
Cottonwood Rd BLDG 8022 MF 4500
Redstone Arsenal, Al 35898-8052
This action is being procured under AMSC 3C which states: Acquire, for the second or subsequent time, directly from the actual manufacturer. This part requires engineering source approval by the design control activity in order to maintain the quality of the part. 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. The qualification procedures must be approved by the Government engineering activity having jurisdiction over the part in the intended application.
This part requires engineering source approval by the design control activity in order to maintain the quality of the part. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2). All responsible sources may submit an offer, which shall be considered by the Agency. Any firm who has the technical ability to manufacture this NSN should contact the ARMY Source Directorate to become an approved source and to compete for future requirements for this NSN at the following website address:
usarmy.redstone.devcom-avmc.mbx.amr-ss-sar@mail.mil
Current Approved Source:
The approved source for this procurement is:
Name: LEKTRON INC
Cage Code: 0SSP0
Address: 2106 Highway 31 NW, Hartselle, Alabama 35640-4460
Justification for Sole Source Procurement:
This is a sole sourced procumbent to Lektron Inc., IAW 10 U.S.C. 2304 (c)(1) FAR 6.302-1. ONLY ONE RESPONSIBLE SOURCE AND NO OTHER SUPPLIES OR SERVICES WILL SATISFY AGENCY REQUIREMENTS.
This requirement is a non-commercial procurement. The Government intends to issue ONE FIRM FIXED PRICE (FFP) 5-YEAR INDEFINATE DELIERY/INDEFINATE QUANTITY (IDIQ) award from this announcement, using FAR PART 15 procedures. Offerors whose proposals exceed $2,500.00.00 are required to submit Certified Cost and Pricing Data in accordance with the requirements under FAR Part 15 and in accordance with the solicitation.
The formal Request For Proposal Announcement shall be posted to SAM.gov when this pre-solicitation notice closes, but not before.
NOTICE:
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.
EXPORT CONTROL REQUIRES THE APPLICABLE CERTIFICATIONS TO BE CURRENT FOR BOTH THE QUOTER AND MANUFACTURER. THE OFFEROR AND ANY SOURCE(S) OF SUPPLY IT WILL USE FOR CONTRACT PERFORMANCE MUST HAVE AN ACTIVE UNITED STATES/CANADA JOINT CERTIFICATION PROGRAM (JCP) CERTIFICATION TO ACCESS EXPORT CONTROLLED DATA. DLA DOES NOT INTEND TO DELAY AWARD IN ORDER FOR AN INELIGIBLE OFFER OR ITS SOURCE(S) SUPPLY TO APPLY FOR AND RECEIVE DLA CONTROLLING AUTHORITY APPROVAL TO ACCESS THE EXPORT CONTROLLED DATA.
FAN,VANEAXIAL is a federal acquisition solicitation issued by DEPT OF DEFENSE. Review the full description, attachments, and submission requirements on SamSearch before the response deadline.
SamSearch Platform
AI-powered intelligence for the right opportunities, the right leads, and the right time.