MODIFICATION
16 -- Sources Sought for Repair of RT5000 (Amended for NAICS Code Correction)
- Notice Date
- 9/22/2015
- Notice Type
- Modification/Amendment
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
- HSCG38-16-S-J00001
- Archive Date
- 10/27/2015
- Point of Contact
- Victoria H. Kocher, Phone: 252.335.6714, Bethany R. Rosser, Phone: 252-335-6642
- E-Mail Address
-
victoria.h.kocher@uscg.mil, bethany.r.rosser@uscg.mil
(victoria.h.kocher@uscg.mil, bethany.r.rosser@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- HSCG38-16-S-J00001 Sources Sought for Repair of RT5000 This is not a solicitation announcement. This is a sources sought notice only. This is not a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought notice is to gain knowledge of any potential commercially available qualified sources and their size classification (HUBZone, 8(a), Small, Small Disadvantaged, Large, etc. ) relative to NAICS 336413. The United States Coast Guard (USCG) Aviation Logistics Center (ALC) is seeking sources that have the skills, experience, and knowledge required to successfully repair the following items used on MH-60T aircraft. Nomenclature National Stock Number (NSN) Part Number (PN) RT5000 NSN 5826-01-HS1-7513 PN 400-015525-5011 RT5000 SAR NSN 5821-01-HS1-8322 PN 400-015525-8211 Antenna NSN 5985-01-475-4764 PN 121-040130-01 DBCU (1553 ethernet) NSN 1560-01-HS1-9043 PN 400-046500-0101 The North American Industry Classification System (NAICS) code was incorrectly stated and is corrected to read 334511 with a Small Business Size Standard of 750 employees. Responses to this notice should include company name, address, telephone number, point of contact (POC), business size, responses to specific questions below, and any additional information which will allow the USCG to understand your full capabilities. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. 1. Does your company currently repair the items listed above? If so, who is the customer? What is the period of performance and contract number? Please provide a technical and contractual point of contact (POC). 2. Is your company certified by the OEM Chelton Avionics to repair the items listed above? 3. Where is your company's repair facility located? Does your company have all parts, material, labor, tooling, fixtures, jigs, repair manuals, test equipment, and facilities necessary to repair the items listed above? 4. Is your company a large or small business? If small, define your company's socioeconomic classification. 5. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern."Does your company send out work to subcontractors? If so, how much work and what type is subcontracted? 6. Does your company offer warranty on this type of requirement? If yes what is the standard warranty? 7. What is your company's standard delivery time and terms for this type of requirement? 8. Are these services treated as commercial or non-commercial by your company? 9. Is the repair of the items listed above proprietary to your company? 10. What information does your company need from the Government to provide a Firm Fixed Price proposal for this type of service? 11. Is this requirement subject to the Service Contract Labor Standards? If not what exemption applies? 12. Is this requirement remanufacturing of equipment which is so extensive as to be equivalent to manufacturing are subject to 41 U.S.C. chapter 65? If yes why? 13. Does your company have any other questions or concerns? After the review of the responses to this sources sought notice, and if the Government still plans to proceed with the requirement, a solicitation announcement will be published at www.fbo.gov if competitive. Responses to this sources sought notice are not adequate response to any future request for proposal announcement. All interested offerors will have to respond to a request for proposal in addition to responding to this sources sought notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. 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 along with any capability statements, company literature, brochures shall be emailed to MRR-PROCUREMENT@USCG.MIL and shall reference HSCG38-16-S-J00001 in the subject line. Responses must be received no later than 12 October 2015 at 2:00 p.m. EST. 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. All interested parties must respond to a solicitation announcement separately from the responses to this announcement. Responses to this sources sought notice are NOT a request to be added to a prospective offers list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this sources sought.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-16-S-J00001/listing.html)
- Place of Performance
- Address: Contractor's Facility, United States
- Record
- SN03898608-W 20150924/150923000220-195b047613da307c2e2a523b35ca373e (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 |