2010-01-137-2013 Propeller, Forward

All responsible sources may submit an offer/quote which shall be considered.

The solicitation will be available in DIBBS on its issue date on or after 04/16/2025. This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/ . Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS.

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.

One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.

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 within 15 days of this notice.

Manufacturer s Code and Part Number. Specifications, plans or drawings are not available: This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1).

Approved source is: Reinhold Industries Inc. 2D301 P/N 5268342

Quantity, including any options for additional quantities: 321 EA

Various Increments Solicited (as EACH):

FROM: 1 TO: 80

FROM: 81 TO: 160

FROM: 161 TO: 240

FROM: 241 TO: 321

Unit of issue: EACH

Destination information: Inspection/Acceptance at Destination, FOB at Origin IAW First Destination Transportation

Delivery schedule: 201 days ADO

Enhanced JCP Applies: The solicitation document contains information that has been designated as “Militarily Critical Technical Data.” Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.

Procurement Item Description Text:

Propeller, Forward

The only approved source of supply is Reinhold, CAGE (2D301), P/N 5268342.

RA001: This document incorporates technical and/or quality requirements (Identified by an R or an I number in Section B) set forth in full text in the DLA Master List of Technical and Quality Requirements found on the web at: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx.

For Simplified Acquisitions, the revision of the Master in effect on the solicitation issue date or the award date controls. For large acquisitions, the revision of the Master in effect on the RFP controls. For large acquisitions, the revision of the Master in effect on the RFP issue date applies unless a solicitation amendment incorporates a follow-on revision in which case the amendment controls.

RQ032: Export Control of Technical Data

This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.

The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/

To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.

RD002: Covered Defense Information Applies

RP001: DLA Packaging Requirements for Procurement

RQ001: Tailored Higher Level Contract Quality Requirements (Manufacturers and Non-Manufacturers)

RQ002: Configuration Change Management Engineering Change Proposal Request for Variance (Deviation or Waiver)

RQ011: Removal of Government Identification from Non-Accepted Supplies

Certificate of Conformance Procedures (FAR 52.246-15) are authorized, unless withheld by a Quality Assurance Letter of Instruction.

Class I Ozone Depleting Chemicals are not to be used nor incorporated in any items to be delivered under this contract. This prohibition supersedes all specification requirements but does not alleviate any product requirements. Substitute chemicals must be submitted for approval unless they are authorized by the specification requirements.

Mercury or mercury containing compounds shall not be intentionally added to, or come in direct contact with, any hardware or supplies furnished under this contract. Exception: Functional mercury used in batteries, fluorescent lights, required instruments; sensors or controls; weapon systems; and chemical analysis reagents specified by NAVSEA. Portable fluorescent lamps and portable instruments containing mercury shall be shock proof and contain a second boundary of containment of the mercury or mercury compound (IAW NAVSEA 5100-003D).

Preservation of Material All bare metal shall be properly preserved to prevent corrosion. All moving parts shall be properly lubricated. Each item shall be individually packaged. Package design must immobilize item within container to adequately package and protect item. Unit container selection must adequately contain material. Container seal must prevent item from bottoming out and/or puncturing through container.

Special Notice for Marking and Serial Number Requirement: Per general note call out on drawing 5268342 (53711), individual serial numbers are to be etched on the propellors in location shown.

Contractor is responsible for obtaining serial numbers from NUWC, Keyport as specified. Marking requirements are to be performed after balancing holes are drilled to prevent obscuring marking. The POC on this matter at NUWC Keyport is:

Elizabeth Barnes

[email protected]

360-315-8459

Reinhold Industries Inc. 2D301 P/N 5268342

IAW REFERENCE DRAWING NR 53711 5268344

REVISION NR D DTD 08/08/2022

PART PIECE NUMBER:

IAW REFERENCE DRAWING NR 53711 5268342

REVISION NR K DTD 03/17/2020

PART PIECE NUMBER:

Packaging Text:

PKGING DATA – MIL-STD-2073-1E

QUP: 001

PRES MTHD:20 CLNG/DRY:1 PRESV MAT:49

WRAP MAT: GC CUSH/DUNN MAT: JC CUSH/DUNN THKNESS:C

UNIT CONT: E8 OPI:M

PACK CODE: U

MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.

SPECIAL MARKING CODE:40 -40 Omission of mark for sensit

Palletization shall be in accordance with RP001: DLA Packaging Requirements for Procurement

PRESERVATIVE MATERIAL: ZZ Use 49 preservation material as follows:

All bare metal shall be properly preserved to prevent corrosion. All moving parts shall be properly lubricated. Each item shall be individually packaged. Package design must immobilize item within container to adequately package and protect item. Unit container selection must adequately contain material. Container seal must prevent item from bottoming out and/or puncturing through container.

Solicitation Summary

All responsible sources may submit an offer/quote which shall be considered.

The solicitation will be available in DIBBS on its issue date on or after 04/16/2025. This solicitation will be available on the Internet at https://www.dibbs.bsm.dla.mil/ . Due to system constraints, it may take as long as three business days from the stated issue date for the solicitation to post to DIBBS.

While price may be a significant factor in the evaluation of offers, the final award decision will be based upon a combination of price, delivery, past performance and other evaluation factors as described in the solicitation.

One or more of the items under this acquisition may be subject to an Agreement on Government Procurement approved and implemented in the United States by the Trade Agreements Act of 1979. All offers shall be in the English language and in U.S. dollars. All interested suppliers may submit an offer.

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 within 15 days of this notice.

Manufacturer s Code and Part Number. Specifications, plans or drawings are not available: This acquisition is for supplies for which the Government does not possess complete, unrestrictive technical data; therefore, the Government intends to solicit and contract with only approved sources under the authority of 10 U.S.C. 2304(c)(1).

Approved source is: Reinhold Industries Inc. 2D301 P/N 5268342

Quantity, including any options for additional quantities: 321 EA

Various Increments Solicited (as EACH):

FROM: 1 TO: 80

FROM: 81 TO: 160

FROM: 161 TO: 240

FROM: 241 TO: 321

Unit of issue: EACH

Destination information: Inspection/Acceptance at Destination, FOB at Origin IAW First Destination Transportation

Delivery schedule: 201 days ADO

Enhanced JCP Applies: The solicitation document contains information that has been designated as “Militarily Critical Technical Data.” Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/.

Procurement Item Description Text:

Propeller, Forward

The only approved source of supply is Reinhold, CAGE (2D301), P/N 5268342.

RA001: This document incorporates technical and/or quality requirements (Identified by an R or an I number in Section B) set forth in full text in the DLA Master List of Technical and Quality Requirements found on the web at: http://www.dla.mil/HQ/Acquisition/Offers/eProcurement.aspx.

For Simplified Acquisitions, the revision of the Master in effect on the solicitation issue date or the award date controls. For large acquisitions, the revision of the Master in effect on the RFP controls. For large acquisitions, the revision of the Master in effect on the RFP issue date applies unless a solicitation amendment incorporates a follow-on revision in which case the amendment controls.

RQ032: Export Control of Technical Data

This item has technical data some or all of which is subject to export-control of either the International Traffic in Arms regulations (ITAR) or the Export Administration Regulations (EAR), and cannot be exported without prior authorization from either the Department of State or the Department of Commerce. Export includes disclosure of technical data to foreign persons and nationals whether located in the United States or abroad. This requirement applies equally to foreign national employees and U.S. companies and their foreign subsidiaries. DFARS 252.225-7048 is applicable to this data.

The Defense Logistics Agency (DLA) limits distribution of export-control technical data to DLA contractors that have an approved US/Canada Joint Certification Program (JCP) certification, have completed the Introduction to Proper Handling of DOD Export-Controlled Technical Data Training and the DLA Export-Controlled Technical Data Questionnaire (both are available at the web address given below), and have been approved by the DLA controlling authority to access the export-controlled data. Instructions for obtaining access to the export-controlled data can be found at: https://www.dla.mil/Logistics-Operations/Enhanced-Validation/

To be eligible for award, offerors and any sources of supply proposed for use are required to have an approved JCP certification and have been approved by the DLA controlling authority to access export-controlled data managed by DLA. DLA will not delay award in order for an offeror or its supplier to apply for and receive approval by the DLA controlling authority to access the export-controlled data.

RD002: Covered Defense Information Applies

RP001: DLA Packaging Requirements for Procurement

RQ001: Tailored Higher Level Contract Quality Requirements (Manufacturers and Non-Manufacturers)

RQ002: Configuration Change Management Engineering Change Proposal Request for Variance (Deviation or Waiver)

RQ011: Removal of Government Identification from Non-Accepted Supplies

Certificate of Conformance Procedures (FAR 52.246-15) are authorized, unless withheld by a Quality Assurance Letter of Instruction.

Class I Ozone Depleting Chemicals are not to be used nor incorporated in any items to be delivered under this contract. This prohibition supersedes all specification requirements but does not alleviate any product requirements. Substitute chemicals must be submitted for approval unless they are authorized by the specification requirements.

Mercury or mercury containing compounds shall not be intentionally added to, or come in direct contact with, any hardware or supplies furnished under this contract. Exception: Functional mercury used in batteries, fluorescent lights, required instruments; sensors or controls; weapon systems; and chemical analysis reagents specified by NAVSEA. Portable fluorescent lamps and portable instruments containing mercury shall be shock proof and contain a second boundary of containment of the mercury or mercury compound (IAW NAVSEA 5100-003D).

Preservation of Material All bare metal shall be properly preserved to prevent corrosion. All moving parts shall be properly lubricated. Each item shall be individually packaged. Package design must immobilize item within container to adequately package and protect item. Unit container selection must adequately contain material. Container seal must prevent item from bottoming out and/or puncturing through container.

Special Notice for Marking and Serial Number Requirement: Per general note call out on drawing 5268342 (53711), individual serial numbers are to be etched on the propellors in location shown.

Contractor is responsible for obtaining serial numbers from NUWC, Keyport as specified. Marking requirements are to be performed after balancing holes are drilled to prevent obscuring marking. The POC on this matter at NUWC Keyport is:

Elizabeth Barnes

[email protected]

360-315-8459

Reinhold Industries Inc. 2D301 P/N 5268342

IAW REFERENCE DRAWING NR 53711 5268344

REVISION NR D DTD 08/08/2022

PART PIECE NUMBER:

IAW REFERENCE DRAWING NR 53711 5268342

REVISION NR K DTD 03/17/2020

PART PIECE NUMBER:

Packaging Text:

PKGING DATA – MIL-STD-2073-1E

QUP: 001

PRES MTHD:20 CLNG/DRY:1 PRESV MAT:49

WRAP MAT: GC CUSH/DUNN MAT: JC CUSH/DUNN THKNESS:C

UNIT CONT: E8 OPI:M

PACK CODE: U

MARKING SHALL BE IN ACCORDANCE WITH MIL-STD-129.

SPECIAL MARKING CODE:40 -40 Omission of mark for sensit

Palletization shall be in accordance with RP001: DLA Packaging Requirements for Procurement

PRESERVATIVE MATERIAL: ZZ Use 49 preservation material as follows:

All bare metal shall be properly preserved to prevent corrosion. All moving parts shall be properly lubricated. Each item shall be individually packaged. Package design must immobilize item within container to adequately package and protect item. Unit container selection must adequately contain material. Container seal must prevent item from bottoming out and/or puncturing through container.

Solicitation in a Nutshell

Item

Details

Agency Department of Defense
Solicitation Number SPE7MC24R0018
Status Pre-RFP
Solicitation Date 07/08/2024
Award Date N/A
Contract Ceiling Value N/A
Competition Type Limited to Approved Sources (10 U.S.C. 2304(c)(1))
Type of Award Firm Fixed-Price (implied, standard for DLA supply contracts)
Primary Requirement Supply of Propeller, Forward (P/N 5268342, Reinhold Industries Inc.)
Duration 201 days After Date of Order (ADO)
Contract Type Supply Contract
No. of Expected Awards N/A
NAICS Code(s): 336419
Other Guided Missile and Space Vehicle Parts and Auxiliary Equipment Manufacturing
Size Standard: 1050 Employees
Place of Performance:
  • United States
Opportunity Website: https://sam.gov/opp/dbfded23bd844c65b328ebddb48c379c/view

Background

N/A

Requirements

N/A

How can GDIC Help?

As a consulting firm that specializes in helping companies prepare winning proposals for government contracts, GDIC can provide a wide range of services to help offerors prepare their C2E proposal, including capture management, proposal writing, proposal management, and proposal review. GDIC can also provide training and support to help offerors understand the technical and administrative requirements outlined in the solicitation, and can provide guidance on how to structure the proposal to maximize its chances of success.

Our business development and proposal professionals have several decades of experience and expertise in construction proposals and contracts for government. By working with GDIC, offerors can increase their chances of winning the C2E contract and can position themselves for long-term success in the federal marketplace.