Florida Bids > Bid Detail

4 NSNs: Stryker TOW Launcher, Guided Missile Launcher, Power Cable, Upgraded Armament Ctrl Unit Assy

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 14 - Guided Missiles
Opps ID: NBD00159184922195399
Posted Date: Nov 3, 2022
Due Date: Nov 18, 2022
Solicitation No: SPRRA223R0003
Source: https://sam.gov/opp/74c723caef...
Follow
4 NSNs: Stryker TOW Launcher, Guided Missile Launcher, Power Cable, Upgraded Armament Ctrl Unit Assy
Active
Contract Opportunity
Notice ID
SPRRA223R0003
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEFENSE LOGISTICS AGENCY (DLA)
Major Command
DLA AVIATION
Sub Command
DLA AVIATION HUNTSVILLE
Office
DLA AVIATION AT HUNTSVILLE, AL
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Presolicitation (Original)
  • All Dates/Times are: (UTC-05:00) CENTRAL STANDARD TIME, CHICAGO, USA
  • Original Published Date: Nov 03, 2022 01:25 pm CDT
  • Original Response Date: Nov 18, 2022 05:00 pm CST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date:
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1440 - LAUNCHERS, GUIDED MISSILE
  • NAICS Code:
    • 336415 - Guided Missile and Space Vehicle Propulsion Unit and Propulsion Unit Parts Manufacturing
  • Place of Performance:
    Fort Lauderdale , FL
    USA
Description

No telephone requests will be accepted. Direct your requests and communication to: ATTN: DLA-AHCA, Anna Phillips, Contract Specialist, via email anna.phillips@dla.mil For request for solicitation, in the email subject line enter SPRRA2-23-R-0003 provide your name, the company name, Cage Code and a telephone/facsimile number.



PRON: D12V2277D1. The Department of Defense, Defense Logistics Agency – Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 5 of STRYKER TOW LAUNCHER, NACIS Code: 336415, NSN: 1440-01-661-1046, Part Number: 13710835-1 applicable to the IMPROVED BRADLEY ACQUSITION SUBSYTEM (IBAS).

The estimated Production Lead Time (PLT) without First Article Testing is 270 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059



PRON: D12V2278D1. The Department of Defense, Defense Logistics Agency – Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 5 of LAUNCHER, GUIDED MIS, NACIS Code: 336415, NSN: 1440-01-661-3066, Part Number: 13710835 applicable to the IMPROVED BRADLEY ACQUISITION SUBSYSTEM (IBAS).

The estimated Production Lead Time (PLT) without First Article Testing is 270 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059



PRON: D12V2279D1. The Department of Defense, Defense Logistics Agency – Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 50 of CABLE ASSEMBLY, POWE, NAICS Code: 335311, NSN: 6150-01-575-3967, Part Number: 13494746-1 applicable to the IMPROVED BRADLEY ACQUISITION SUBSYSTEM (IBAS).

The estimated Production Lead Time (PLT) without First Article Testing is 450 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059



PRON: D12V2280D1. The Department of Defense, Defense Logistics Agency – Missile proposes to acquire, on Firm Fixed Price (FFP) One Time Buy (OTB) contract for a quantity of 20 of UPGRADE, ARMAMENT CO, NAICS Code: 336415, NSN: 6150-01-575-3967, Part Number: 13494746-1 applicable to the IMPROVED BRADLEY ACQUISITION SUBSYSTEM (IBAS).

The estimated Production Lead Time (PLT) without First Article Testing is 540 Days After Contract Award (DACA) with deliveries to TOBYHANNA, PA, 18466-5059





These items are restricted to: ON POINT DEFENSE: 6MD81



AMSC D: The data needed to acquire this part competitively is not physically available, it cannot be obtained economically, nor is it possible to draft adequate specifications or any other adequate, economical description of the material for a competitive solicitation. 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. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) having only a limited number of responsible sources.



AMSC B: This part must be acquired from a manufacturing source(s) specified on a source control or selected item drawing as defined by the current version of DoD-STD-100. 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. As a result, this acquisition is currently being procured under Federal Acquisition Regulation (FAR) 6.302-1(a)(2) having only a limited number of responsible sources.



All offerors must meet prequalification requirements in order to be eligible for award. Firms that recognize and can produce the required item described above are encouraged to identify themselves. Firms are encouraged to seek source approval in order to compete for future solicitations by accessing the website: https://www.avmc.army.mil/Directorates/SRD/SAR/ and looking under Standardized Aviation and Missile Source Approval Request (SAMSAR). The closing date annotated is an estimated date and may be adjusted dependent upon the date of release for solicitation; however, the solicitation will not close prior to the date stated above. Foreign Firms are reminded that all requests for solicitation must be processed through their respective embassies.





NSN: 1440-01-661-1046 -- W-A-R-N-I-N-G! DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT

NSN: 1440-01-661-3066 -- W-A-R-N-I-N-G! DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT

NSN: 6150-01-575-3967-- W-A-R-N-I-N-G! DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT

NSN: 1440-01-699-8511 -- W-A-R-N-I-N-G! DOCUMENT CONTAINS TECHNICAL DATA WHOSE EXPORT IS RESTRICTED BY THE ARMS EXPORT CONTROL ACT


Attachments/Links
Contact Information
Contracting Office Address
  • DLR PROCUREMENT OPERATIONS (AH) 5201 MARTIN ROAD
  • REDSTONE ARSENAL , AL 35898-7340
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Nov 03, 2022 01:25 pm CDTPresolicitation (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 >