F-18 TLX and T-45 TLX Detonating Cord Assemblies
Overview
Buyer
Place of Performance
NAICS
PSC
Set Aside
Original Source
Timeline
Qualification Details
Fit reasons
- NAICS alignment with historical contract wins in similar service areas.
- Scope strongly matches core technical capabilities and delivery model.
Risks
- Past performance thresholds may require one additional teaming partner.
- Potential clarification needed on staffing minimums before bid/no-bid.
Next steps
Validate eligibility requirements, assign capture owner, and schedule partner outreach to confirm teaming strategy before submission planning.
NSN: Various F-18 and T-45 TLX Detonating Cord Assemblies
Quantity/Unit of Issue: 3,489 EA
LAT, and CDRLS are FOB Destination. Deliverable items are FOB Origin.
Delivery Schedule: TBD in the solicitation
Production lot testing, contractor data requirements list, FOB origin and destination apply.
Except as modified or amplified in the RFP this item contains explosives, and a pre-award safety survey will be required. DFARS 252.223-7002, Safety Precautions for Ammunition and Explosives applies. Acquisition contains explosive ordnance items which require special security, safety and transportation clauses, which may be found in Section I.
Technical data will be available for viewing on the web at SAM.gov.
The proposed contract action is for supplies for which the Government intends to solicit and negotiate with only one source(s) under the authority of FAR 6.302. However, all responsible sources may submit a capability statement with an offer that if received in a timely manner, will be considered.
Based upon market research, the Government is not using the policies contained in Part 12, Acquisition of Commercial Items, in its solicitation for the supplies or services described. 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.