Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2011 FBO #3483
SOURCES SOUGHT

15 -- Spares for HC144A

Notice Date
6/6/2011
 
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-S-010006
 
Archive Date
7/5/2011
 
Point of Contact
Tonya W Bush, Phone: 252-335-6195, Wade D. Johnson, Phone: 252-335-6142
 
E-Mail Address
tonya.w.bush@uscg.mil, wade.johnson@uscg.mil
(tonya.w.bush@uscg.mil, wade.johnson@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE This is NOT a solicitation announcement or 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 (ALC) is conducting market research to determine manufactures and suppliers for the Medium Range Surveillance Maritime Patrol Aircraft (HC-144). The HC-144A is manufactured by European Aeronautic Defense & Space Co. (EADS); Constructiones Aeronautica Sociedad Anonima (CASA) designated as a CN-235-300M-CG01 Aircraft based in Seville, Spain. This aircraft is used to perform search and rescue, enforcement of laws and treaties including illegal drug interdiction, marine environmental protection, military readiness and international ice patrol missions, as well as cargo and personnel transport. It also can perform aerial delivery of search and rescue equipment such as rafts, pumps, and flares and can be used as a command and control platform. The USCG is seeking sources that can provide the below identified parts. Only new items are acceptable; reconditioned or used materials are NOT acceptable. The USCG WILL NOT BE ABLE TO PROVIDE MANUALS OR DRAWINGS FOR THIS REQUIREMENT. Suppliers must be able to provide necessary certifications including a Certificate of Conformance (COC) and traceability to the OEM for the below identified parts. Traceability means that the supplier must be able to show a 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, etc., which will allow the USCG to understand your product, configurations and options. Also, state the approximate lead-time for acquiring your product. Please provide the details and terms of any standard warranty included with the product. Additionally, provide a response on whether the product has or has not been qualified for use in any DOD or Federal Government Aircraft. The Government believes the applicable NAICS code is 336413—Other Aircraft Part and Auxiliary Equipment Manufacturing. Please reply 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, POC’s and contract numbers? (9) If possible, any POC’s for civilian users for general usage of product questions. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the 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 Government to award any contract. Responses to this sources sought notice shall be mailed to USCG, ALC, 1664 Weeksville Road, Elizabeth City, NC 27909-5001, Attention: Tonya Bush MRS Product Line or e-mailed to Tonya.W.Bush@uscg.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 20 June 2011 at 4:00 PM Eastern. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government 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. 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. The National Stock Number (NSN), Nomenclature, and Part Number (P/N) for each item is as follows: NSN 1730-01-HS2-4012, P/N 35-13661-0009A03-MTA, 3 EA, COVER ASSY NSN 1560-01-HS2-4021, P/N 35-15006-0005-01, 1 EA, FLAP ASSY INNER NSN 1560-01-HS2-4067, P/N 35-51203-0007A03, 3 EA, HALF FAIRING NSN 1560-33-203-8690, P/N 35-15501-0006B04, 2 EA, OTR FLAP NSN 1680-01-HS2-3954, P/N CAS070205B, 4 EA, SELECTOR NSN 5305-01-373-3844, P/N NAS1134-6, 200 EA, SCREW NSN 9330-33-001-6676, P/N 35-22012-0301, 16 EA, RETAINER NSN 5310-33-001-1106, P/N 35-47100-0501, 20 EA, WASHER NSN 5306-33-005-1494, P/N 35-21365-0801, 2 EA, BOLT NSN 5305-33-005-2624, P/N 35-11310-0103, 3 EA, BOLT NSN 5310-33-000-9605, P/N 35-11000-0201, 2 EA, WASHER NSN 1560-01-HS2-4016, P/N 95-23374-0401, 2 EA, SHIM NSN 5310-01-HS2-4015, P/N 35-21350-2101, 2 EA, WASHER NSN 5310-01-526-0529, P/N J3937-5, 12 EA, NUT PLAIN HEX NSN 5331-01-497-9301, P/N S2L-115, 8 EA, PACKING PREFORMED NSN 5305-00-431-7258, P/N NAS1153-7D, 4 EA, SCREW NSN 5305-01-526-0535, P/N LM-320-32, 48 EA, BOLT NSN 5305-00-845-7030, P/N NAS1153-4D, 12 EA, SCREW NSN 5310-01-341-8018, P/N J3937-59, 8 EA, NUT PLAIN HEXAGON NSN 5305-33-201-2042, P/N 35-21365-1401, 2 EA, AXIS NSN 1560-33-000-9712, P/N 35-14003-0002, 3 EA, AILERON ASSY NSN 1560-01-HS2-4109, P/N 35-31281-0001A07, 3 EA, COVER ASSY NSN 4720-01-HS2-4111, P/N X2292-S5G15F-15-128.0, 4 EA, HOSE NSN 1730-01-HS2-4013, P/N 35-13661-00010A04-MTA, 3 EA, COVER NSN 1680-01-HS2-1107, P/N A3F136-01-001, 3 EA, DOUBLE SEAT FWD FAC NSN 1560-33-203-8691, P/N 35-15501-0005, 2 EA, OTR FLAP NSN 1680-01-HS1-9542, P/N 35-65338-0013, 1 EA, DC POWER GEN UNIT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-S-010006/listing.html)
 
Record
SN02465411-W 20110608/110606235046-4e923f6728426bbe86fa1e069696955e (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.