SOURCES SOUGHT
16 -- Sources Sought for Aircraft Coatings System
- Notice Date
- 10/25/2013
- Notice Type
- Sources Sought
- NAICS
- 325510
— Paint and Coating 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
- HSCG38-14-R-500003
- Archive Date
- 11/23/2013
- Point of Contact
- William P. Morris, Phone: 2523356072, Bethany R. Rosser, Phone: 2523356895
- E-Mail Address
-
william.p.morris@uscg.mil, bethany.r.rosser@uscg.mil
(william.p.morris@uscg.mil, bethany.r.rosser@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought Notice: This is a request for information/market research to provide data for planning purposes and to gain knowledge of available products that may be of interest to the USCG. This sources sought notice does not constitute a request for proposal, request for quote, invitation for bid, nor does its issuance in any way restrict the Government as to its ultimate acquisition approach. The USCG, Aviation Logistics Center (ALC) is conducting market research to determine manufacturers and suppliers of a complete coatings system that meets the following specifications for depot level application on aircraft: Non-Chrome primer must be qualified to MIL-PRF-23377J Type I Class N Chromate primer must be qualified to MIL-PRF-23377 Type I Cl & C2 Topcoat must be qualified to MIL-PRF-85285 Type IV Federal Standard 595C colors for MIL-PRF-85285 Type IV Topcoats: 12250 36320 36251 17860 37038 16473 13538 17038 15044 15123 11136 36118 Coatings manufacturers and suppliers must be able to supply the following quantities: gallons, quarts, pints, and touch-up kits 4 oz or less. Coatings must be a complete system by one manufacture and deliverable to USCG, ALC in Elizabeth City, NC and the 26 USCG Air Stations. The proposed North American Industry Classification System (NAICS) code for the future acquisition is 325510, Paint and Coating Manufacturing. The size of business pursuant to North American Industrial Classification System (NAICS) is 500 employees. Responses to this notice should include: Company Name, Address, Telephone Number, Point of Contact (POC), Cage Code and complete product details, brochures, and etc. which will allow the USCG to understand your product, configurations, auxiliary equipment, and options. Please respond to the following questions when submitting your response: (1) Is the product commercially available? (2) If the product is commercially available, is there a published pricing list? If so, provide the published pricing list with your response. (3) What is the approximate lead-time for acquiring the product? (4) Identify standard terms and conditions associated with delivery and warranties. (5) What is the shelf life of each the product / system? (6) What are the storage requirements? (7) What lifecycle cost considerations are associated with the Government acquiring, operating, supporting, and disposing of the product / system? (8) Provide Material Safety Data Sheet(s) for the product / system. (9) What environmental considerations are associated with the use of this system? How does the system support sustainable acquisition such as energy-efficiency, Water-efficiency, Biobased products, Environmentally preferable (e.g., EPEAT-registered, or non-toxic or less toxic alternatives), non-ozone depleting, made with recovered materials. (10) What are the unique capabilities or performance characteristics of the product / system? (11) Is special tooling, equipment or training required to implement the use of this product /system? (12) What kind of demonstrations/testing requirements such as comparable in-use conditions would you recommend? (13) What are the benefits of using the product /system? (14) What are the risks associated with this requirement and use of the product / system? How can the risks be mitigated? (15) What specifications and standards would you recommend for this type of requirement? (16) What is the recommended economic purchase quantity? Are quantity discounts available with your product? If so, what are the terms? (17) Discuss any logistics considerations including assumptions, distribution, reliability, maintainability, quality assurance requirements, and standardization concepts. (18) Is your business a large or small business? (19) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (20) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (21) Is your firm a certified "hub zone" firm? (22) Is your firm a woman-owned or operated business? (23) Is your firm a certified Service-Disabled Veteran-Owned? (24) Are there subcontracting opportunities with your product? (25) Is your product listed on a GSA schedule? (26) Do you have other government agencies using the product, and if so which agencies, POC's and contract numbers? (27) Provide any POC's for commercial users for general usage of product questions. 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 assist 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. 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 on FedBizOps. 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 SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL (RFP) AND IN NO WAY OBLIGATES THE GOVERNMENT TO AWARD ANY CONTRACT.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-14-R-500003/listing.html)
- Place of Performance
- Address: Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN03222573-W 20131027/131025233948-2e927a48b9b3c3e72ddbd5ed712fc273 (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 |