Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2010 FBO #3161
SOURCES SOUGHT

16 -- HC-144A AIRCRAFT SPARES - PRICE SHEET

Notice Date
7/19/2010
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-10-S-000001
 
Archive Date
8/28/2010
 
Point of Contact
Anthony C. Wesley, Phone: 2523356446, Wade D. Johnson, Phone: 252-335-6142
 
E-Mail Address
anthony.c.wesley@uscg.mil, wade.johnson@uscg.mil
(anthony.c.wesley@uscg.mil, wade.johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
PRICING SHEET This is not a solicitation announcement. This is a sources sought synopsis only. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the United States Coast Guard (USCG). The USCG Aircraft Logistics Center is conducting market research to determine manufactures and suppliers described as follows: The Coast Guard is seeking sources to provide components of the HC-144A aircraft APS-143 Radar system manufactured by Telephonic. All data for the components is proprietary. The U.S. Coast Guard does not own, nor can it provide specifications, plans, drawings or other technical data. The USCG must make awards to the aircraft Original Equipment Manufacturer (OEM) as they are the only source known with the proprietary drawings and data rights necessary to maintain configuration control of the aircraft. The HC-144A APS-143 Radar receiver transmitter part number 737-4000-001 and signal processor part number 737-3000-001 are solicited by OEM part number thus no substitutions will be given consideration. No substitutions of firmware or software versions shall be authorized. Reconditioned/Used Material is not acceptable. Suppliers shall be able to provide necessary certifications including traceability to the OEM to ensure parts are in airworthy condition, suitable for installation on an U.S. Coast Guard aircraft. Traceability means that the supplier must be able to show clear, documented, auditable paper trail for ownership and transfer of each part from the OEM to the final vendor. Responses to this notice should include company name, address, telephone number, point of contact (POC), and complete product details, brochures, and etc. which will allow the USCG to understand your product, configurations, auxiliary equipment, and options. Also, state approximate lead-time for acquiring your product or repair. Please provide the details and terms of any standard warranty included with the product. Additionally, detail if the repairs/overhauls your company has completed on similar APUs has been qualified for use in any Department Of Defense (DoD) or Federal Government Aircraft. The USCG believes the applicable NAICS code is 336412 - Aircraft engine repair and overhauling. Please respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? (9) If possible, any POCs for civilian users for general usage of product questions. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published in the Federal Business Opportunity (FBO). Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the USCG to award any contract. Responses to this sources sought notice shall be mailed to Anthony Wesley at U.S. Coast Guard, Elizabeth City, North Carolina, 27909-5001 or e-mailed to Anthony.C.Wesley@uscg.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 13 AUGUST 2010 at 1600 hours (4:00 PM EST). Firms responding to this announcement that fail to provide all of the required information cannot be used to help the USCG make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-S-000001/listing.html)
 
Record
SN02210295-W 20100721/100719234723-f5c81ce970d03b2dcd5b1c70e2379c5b (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.