Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 12, 2016 FBO #5223
SOLICITATION NOTICE

16 -- MH60T SPARE PARTS - SCHEDULE - J&A

Notice Date
3/10/2016
 
Notice Type
Justification and Approval (J&A)
 
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, 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-R-J00001
 
Archive Date
6/1/2016
 
Point of Contact
Tony Twiddy, Phone: 252-335-6494, Bethany R. Rosser, Phone: 2523356895
 
E-Mail Address
Tony.R.Twiddy@uscg.mil, bethany.r.rosser@uscg.mil
(Tony.R.Twiddy@uscg.mil, bethany.r.rosser@uscg.mil)
 
Small Business Set-Aside
N/A
 
Award Number
HSCG38-16-D-J00009
 
Award Date
5/2/2016
 
Description
Justification for Other Than Full and Open Competition SCHEDULE NOTICE OF INTENT TO AWARD A SOLE SOURCE CONTRACT: The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Medium Range Recovery (MRR) Procurement Division, intends to solicit and negotiate with the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation (SAC) Cage Code 78286, an Indefinite Delivery Requirements Type contract for the procurement of consumable MH60T spare parts (parts). The parts are listed on the attached spreadsheet SCHEDULE.HSCG38-16-R-J00001. The contract will include a one (1) year base ordering period with four (4) one (1) year optional ordering periods. Firm Fixed Price (FFP) delivery orders will be issued off the base contract as parts are required. The statutory authority for this acquisition is 10 U.S.C 2304(c)(1) as implemented by FAR 6.302-1. In accordance with FAR 6.302-1(b)(1)(ii), the parts listed on the attached schedule are available from only one source (the OEM) and SAC is the only NAVSUP WSS certified source for flight critical safety items. See attached J&A for additional details. The North American Industry Classification System Code (NAICS) is 336413 with a size standard of 1000 Employees. The Product Service Code is 1560. The small business set aside has been dissolved. Drawings and specifications are not available and cannot be furnished by the Government. Delivery is anticipated to be one-hundred eighty (180) days After Receipt of Order (ARO). The USCG desires early deliveries therefore early shipments are encouraged at no additional costs to the Government. F.O.B. point is Origin. Inspection and Acceptance under this contract will be performed at origin by a Defense Contract Management Agency (DCMA) representative at the Contractor's facility. All parts must be airworthy and suitable for installation on USCG aircraft. The Contractor shall furnish a Certificate of Conformance in accordance with FAR 52.246-15. Certificate of Conformance must be submitted in the format specified in the clause. Solicitation number HSCG38-16-R-J00001 is assigned for tracking purposes only. No solicitation package will be issued. This notice of intent is not a request for competitive proposals; however, all responsible sources may submit a capability statement, proposal, or quotation, to mrr-procurement@uscg.mil with HSCG38-16-R-J00001 in the subject line which shall be considered by the agency if received no later than 12:00 P.M., (EST) on 10 April 2016. A determination by the Government not to compete the proposed procurement based upon the responses to this notice is solely within the discretion of the Government. Award will be made upon determination of the price fair and reasonable and is subject to FAR Part 15. Anticipated award date is on or about 1 May 2016. NOMENCLATURE ESTIMATED TOTAL QUANTITY OVER LIFE OF CONTRACT* Listed on the attached schedule Listed on the attached schedule *Please Note* This estimate is not a representation that the estimated quantity will be required or ordered, or that conditions affecting requirements will be stable or normal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-16-R-J00001/listing.html)
 
Record
SN04046782-W 20160312/160311000012-da16ad051dc5aff922d6c01160a14940 (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.