Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2014 FBO #4446
SOURCES SOUGHT

16 -- Aircraft Wiring Harness Facility and Service

Notice Date
1/24/2014
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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-SS-800004
 
Archive Date
2/22/2014
 
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 SYNOPSIS: This is a request for information/market research to provide data for planning purposes and to gain knowledge of available sources that may be of interest to the USCG. This sources sought synopsis 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. SOURCES SOUGHT OBJECTIVE: The U.S. Coast Guard, Aviation Logistics Center (ALC), Elizabeth City, NC is seeking sources with the facilities, personnel and technical capability to fabricate aircraft wiring harnesses across all Coast Guard platforms (HU25, HH65, HH60, HC130 and HC144 aircraft). The wiring shop facility utilized to support these requirements, will be under the cognizance of ALC, Industrial Operations Division (IOD). The contractor's facility shall be within a 60 mile radius area of ALC, Elizabeth City, NC. The facility shall be climate controlled, a minimum of 10,000 square feet, have a 600 amp 3 phase service and a T1 line for data with approximately 25 internal drops. The contractor shall provide technical support and maintenance capabilities for aircraft electrical subsystems and components including search, detection, navigation and related electrical systems and ground support equipment associated with USCG aircraft. The services shall include all capabilities required to modify, manufacture and repair electrical harnesses and subassemblies in support of Coast Guard Aircraft. The tasking performed by contractors under this contract will be assigned and documented by means of Service Requests (SR), Program Depot Maintenance (PDM) work orders and 6000/9000 series shop work orders in accordance with IOD policy. The contractor shall provide technical related support for wiring of search, detection, navigation and related electronic systems, subsystems and components; and ground support equipment for type A/C or support. The following list of labor categories may be required to support this effort: Engineer Technician Journeyman (1 ea) Administrative Assistant (1 ea) Quality Assurance Inspector (1 ea) Supply Technician (1 ea) Kitting Personnel (3 ea) Electrical Mechanics (5 ea) Electrical Workers (12 ea) Electrical Helpers (5 ea) Production Control Clerk (1ea) Government furnished property will be provided by the Government to the contractor to include consumables, computer hardware and software, test equipment, materials, equipment, office furniture, tools or other support that the Government determines is needed. The proposed North American Industry Classification System (NAICS) code for the future acquisition is 488190, Other Support Activities for Air Transportation. The size of business pursuant to North American Industrial Classification System (NAICS) is $7M. SOURCES SOUGHT RESPONSES: 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. Additionally, all responses should include a response to the questions below. Please respond to the following questions when submitting your response: 1) Detailed facility and technical capabilities statements. 2) Is your business a large or small business? 3) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? 4) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? 5) Is your firm a certified "hub zone" firm? 6) Is your firm a woman-owned or operated business? 7) Is your firm a certified Service-Disabled Veteran-Owned? 8) Are there subcontracting opportunities with your product? 9) Do you currently provide similar services for other government agencies, and if so which agencies, POC's and contract numbers? 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. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. The information provided in this sources sought synopsis is subject to change and is not binding on the Government. The release of this sources sought synopsis should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. Respondents are advised that the Coast Guard will not pay for any information or administrative cost incurred in response to this sources sought synopsis. 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. Responses to this sources sought notice shall be emailed to william.p.morris@uscg.mil and bethany.r.rosser@uscg.mil. Telephone responses will not be accepted. Responses must be received no later than February 7, 2014 at 1:00 p.m. EST. Questions concerning this sources sought notice may be directed to Patrick Morris at william.p.morris@uscg.mil and Bethany Rosser at bethany.r.rosser@uscg.mil AGAIN, THIS SOURCES SOUGHT SYNOPSIS 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-SS-800004/listing.html)
 
Place of Performance
Address: The contractor’s facility shall be within a 60 mile radius area of ALC, Elizabeth City, NC, United States
 
Record
SN03273610-W 20140126/140124233902-bd59da26c6915989a39df028d228a3b7 (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.