Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 09, 2015 FBO #4914
SOURCES SOUGHT

15 -- USCG HC-144 Aircraft Paint Facility Options

Notice Date
5/7/2015
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-15-S-010007
 
Archive Date
6/20/2015
 
Point of Contact
LCDR Mark Pototschnik, Phone: 252-384-7301, David E. Tanner, Phone: 2523356142
 
E-Mail Address
Mark.B.Pototschnik@uscg.mil, David.E.Tanner@uscg.mil
(Mark.B.Pototschnik@uscg.mil, David.E.Tanner@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION HC-144 AIRCRAFT PAINT FACILITY OPTIONS HSCG38-15-S-010007 1.0 Description The U.S. Coast Guard (USCG) Aviation Logistics Center (ALC) is seeking information of aircraft paint facilities that may be available to potentially augment the current HC-144 aircraft painting/stripping operations on an as needed basis. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, the USCG is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website https://www.fbo.gov/. It is the responsibility of the potential offerors to monitor the site for additional information pertaining to this requirement. 2.0 Background The USCG currently operates eighteen (18) HC-144 aircraft. The HC-144 is manufactured by Airbus Military, Seville, Spain. The base CASA CN-235M aircraft provides the foundation for the HC-144. Changes to the base aircraft configuration and the addition of supplementary systems have been combined resulting in a CG01 version of the CN-235M, the USCG HC-144 Maritime Patrol Aircraft. These aircraft are operated differently from general aviation, in that they support USCG Search and Rescue (SAR) missions, as well as surveillance, and reconnaissance missions. USCG HC-144 missions require frequent operation at lower altitudes and in salt-laden environments. These environments accelerate corrosion on airframe structures and components of the aircraft. Each HC-144 undergoes Programmed Depot Maintenance (PDM) on a 4-year cycle. The PDM process scheduled duration is 183 days and is performed at USCG ALC in Elizabeth City, NC. The USCG is in a current contract for paint removal at the beginning of PDM and repainting of HC-144s at the end of each PDM. ALC recognizes that unforeseen circumstances and maintenance issues may arise that could potentially prevent the aircraft from meeting the predetermined available painting window of our current paint facility schedule. 3.0 Requested Information The purpose of this RFI is to gain knowledge of capable facilities available that could potentially augment the current aircraft painting/stripping operations, if/when the need should occur. The responder should provide information on scheduling flexibility as well as surge capability to accommodate, to the maximum extent possible, potential customer delays outside of the scheduled paint window. The responder should be a Federal Aviation Administration (FAA) authorized aircraft center in accordance with 14 CFR, Part 145, with an onsite strip and paint facility and the capabilities and equipment to perform minor aircraft maintenance. Contractors shall have specific written procedures for all flight and ground operations in accordance with the Ground Flight Risk Clause. The responder should posses ability to provide all services necessary to prepare, strip coatings, and externally paint the HC-144 aircraft using alodine 1200 (MIL-DTL-5541), MIL-PRF-23377 Type 1, Class C or Class N primer, and polyurethane topcoat (MIL-PRF-85285), in accordance with ALC's HC-144 paint drawings, Government published standards, CN-235 technical orders applicable to the CN-235 Model 300M Series CG0l version, and associated maintenance requirements. Best commercial practices may be employed upon approval of USCG Engineering. 4.0 Responses Responses to this RFI shall be emailed to LCDR Mark Pototschnik, MRS Division, at Mark.B.Pototschnik@uscg.mil. Telephone responses will not be accepted. Responses must be received no later than 30 June 2015. 5.0 Industry Discussions USCG representatives may or may not choose to meet with potential offerors. Such discussions would only be intended to gather further clarification of potential capability to meet the requirements, especially any development and certification risks. 6.0 Questions Questions regarding this announcement shall be submitted in writing by email to LCDR Mark Pototschnik, MRS Division, at Mark.B.Pototschnik@uscg.mil. Verbal questions will NOT be accepted. Questions will be answered by email; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 30 June 2015 will be answered. 7.0 Summary THIS IS A REQUEST FOR INFORMATION (RFI) ONLY to identify sources that can provide aircraft painting/stripping operations as needed. The information provided in the RFI is subject to change and is not binding on the Government. The USCG has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-S-010007/listing.html)
 
Place of Performance
Address: Vendor's Facility, United States
 
Record
SN03723882-W 20150509/150507235212-b9a55307973eb7e7b1edf3cb202fc469 (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  © 1994-2020, Loren Data Corp.