Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 24, 2011 FBO #3682
SOLICITATION NOTICE

48 -- Overhaul Butterfly Valves manufactured by Honeywell

Notice Date
12/22/2011
 
Notice Type
Presolicitation
 
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
HSCG38-12-R-H00001
 
Archive Date
2/28/2012
 
Point of Contact
Denise P Hall, Phone: 252-334-5293, Danny R Sawyer, Phone: 252-335-6291
 
E-Mail Address
denise.p.hall@uscg.mil, danny.r.sawyer@uscg.mil
(denise.p.hall@uscg.mil, danny.r.sawyer@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Pre-Solicitation Notice and NOT a Request For Proposal (RFP) Solicitation. The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) Long Range Surveillance Product Line, Elizabeth City, NC 27909 intends to solicit and negotiate only with Honeywell International, Inc., 1300 West Warner Road, Tempe AZ 85285-2200 (Cage Code 02LU7) under the authority of FAR 6.302-1 for Overhaul of Butterfly Valves, Part Numbers (P/N) 3290290-2-3 and its member P/N 3290290-2-1, and P/N 398648-2-1. Honeywell International, Inc. is the Original Equipment Manufacturer (OEM) for this equipment and Honeywell's drawings, processes and data related to these items are considered proprietary to Honeywell. Offerors other than Honeywell International, Inc. will be required to provide written evidence of having OEM authorization to perform overhaul of these items and an explanation of how access to the design and overhaul documentation was obtained. The USCG does not have nor can it obtain design and overhaul data necessary to perform the overhaul services. Services shall be performed at the contractor owned and operated facility and the contractor shall provide all tools, equipment, personnel and other resources necessary for contact performance. The Government anticipates award of a single Requirements Contract using the policies of FAR 12 in conjunction with FAR 15. It is anticipated the contract will consist of a 12-month Base Period and four (4) 12-month Option Periods. The solicitation document will provide the Statement of Work with a description of performance requirements and estimated quantities for each contract period. The solicitation will contain the statement required by FAR 5.207(c)(15)(ii) that all responsible sources may submit a capability statement which will be considered by the agency. The Solicitation Number will be HSCG38-12-R-H00001 which is the same number as this Notice. The solicitation package will be available for download/print on the Federal Business Opportunities website after the fifteen (15) advertising requirement for this Notice has been met. The point of contact for the procurement is Denise.P.Hall@uscg.mil, Contract Specialist. Questions or comments regarding this procurement shall be submitted in writing. Phone calls will not be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-R-H00001/listing.html)
 
Place of Performance
Address: 1300 West Warner Road, Tempe, Arizona, 85285, United States
Zip Code: 85285
 
Record
SN02644375-W 20111224/111222234358-a6931f8868d6b48fcea7136a72893060 (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.