SOURCES SOUGHT
J -- Repair and/or Overhaul for Honeywell Components
- Notice Date
- 11/17/2016
- 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, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-17-S-010001
- Archive Date
- 12/30/2016
- Point of Contact
- Kia R. Walton, Phone: 252-335-6499, David E. Tanner, Phone: 252-335-6142
- E-Mail Address
-
Kia.R.Walton@uscg.mil, David.E.Tanner@uscg.mil
(Kia.R.Walton@uscg.mil, David.E.Tanner@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation announcement. This is a sources sought synopsis 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 synopsis is to gain knowledge of any commercially available repair and/or overhaul vendors that may be of interest to the USCG. The United States Coast Guard Aviation Logistics Center is conducting market research to determine if any repair facilities/vendors are available to repair and/or overhaul the following component manufactured by Honeywell International: Flow Control Valve, NSN: 4820-01-484-0244 PN: 103698-3 Air Pressure controller, NSN: 1660-01-484-0253, PN: 2119924-1 Aircraft Landing Light, NSN: 6220-01-483-2342, PN: 50-0324-1 Emergency Light, NSN: 6220-01-305-9656, PN: 10-0055-11 Emergency Light Power Supply, NSN: 6140-01-305-9655, PN: 60-3895-1 Inertial Embedded GPS, PN: 34209700-5N7A Inertial Embedded GPS, PN: 34209700-WN7B-001 Radar data Processor (EGPWS), NSN: 5841-01-530-5537, PN: 965-1076-040-218-218 Cockpit Voice Recorder, NSN: 5835-01-522-9881, P/N: 980-6022-011 Flight Data Recorder, NSN: 6610-01-487-4626, PN: 980-4700-041 CNI System Processor, NSN: 5998-01-473-1680, PN: 8519600-923 T.A.W.S, NSN: 6340-01-561-1670, PN: 965-0779-001 Outflow Valve, NSN: 1660-01-510-1166, PN: 102150-2 Nacelle Interface Unit, NSN: 6620-01-551-5959, PN698015-5 Butterfly Valve, NSN: 4810-01-470-7884, PN: 396308-4-1 Butterfly Valve, NSN: 4810-01-482-4911, PN: 3290290-2-3 Radar Data Processor, NSN: 5841-01-470-8036, PN: 066-50000-2930 Radar Data Processor, NSN: 5841-01-535-3962, PN: 940-0330-001 Radar Receiver-Transmitter, NSN: 5841-01-433-9479, PN: HG9550AA01 Air Pressure Controller, NSN: 1660-01-527-5193, PN: 2118932-5 Air Pressure Controller, NSN: 1660-01-472-9768, PN: 2118932-4 Air Pressure Regulator, NSN: 1660-01-483-3094, PN: 103036-5 EGI, NSN: 6605-01-615-5547, PN: 34209200-W0S5-001 EGI, NSN: 6605-01-532-9825, PN: 3420600-30S5-SM-US EGI, NSN: 6605-01-521-3430, PN: 34200600-3035-SM-US Air Temperature Sensor Controller, NSN: 1660-01-483-3091, PN: 1151148-3-1 Butterfly Valve, NSN: 4820-01-437-6088, PN: 109864-1 APU Temperature Control, NSN: 6685-01-483-3154, PN: 304820-1 Butterfly Valve, NSN: 4810-01-380-6588, PN: 3290750-1-1 Butterfly Valve, NSN: 4810-01-483-3116, PN: 3291272-2-1 Butterfly Valve, NSN: 4810-01-509-7171, PN: 3291272-2-2 Flight Control Processor, NSN: 6615-01-483-3217, PN: 8527198-901 Flight Control Processor, NSN: 6615-01-483-3217, PN: 8527198-902 Flight Control Processor, NSN: 6615-01-598-4368, PN: 8527198-904 TCAS Mode S Control, NSN: 1680-01-451-0835, PN: 071-01480-0036 TCAS Vertical Speed Indicator, PN: 066-01171-0904 TCAS Vertical Speed Indicator, NSN: 6610-01-451-1217, PN: 066-50001-0904 TCAS Computer, NSN: 5821-01-451-0760, PN: 066-50000-0108 TCAS Transponder, NSN: 5895-01-450-7900, PN: 066-01143-0601 EHHDLU Hand Held, PN: 69001074-060 Signal Processor, P/N: 1239-2250-FA Radar Control, PN: 7008471-710 Modulating Valve, NSN: 2995-01-159-4660, PN: 3214072-3 Modulating Valve, NSN: 2995-01-159-4660-PN: 70306-10012-105 Radar Altimeter Receiver-Transmitter, PN: HG7210CB01 Responses to this notice should include company name, address, and telephone number, point of contact (POC), repair capabilities, certifications, and etc. which will allow the USCG to understand your full capabilities. Also, provide a copy of the cover page of the original equipment manufacturers, commercial maintenance manual, or the manual or manuals you intend to use in the repair of this material. Please respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Are you services listed on a GSA schedule? (8) Do you have other government agencies using your repair facility, and if so which agencies, provide POC's and contract numbers. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the repairs, a solicitation announcement will be published in the CBD. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offers will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the Government to award any contract. 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. Any questions concerning the technical questions should be directed to Mr. John Turmelle at John.F.Turmelle@uscg.mil and any contractual questions should be directed to Mrs. Kia Walton at Kia.R.Walton@uscg.mil. Responses to this sources sought notice along with any capability statements, company literature, brochures shall be mailed to Mr. John Turmelle at John.F.Turmelle@uscg.mil or Commanding Officer, Attn: Contracting Officer, Aviation Logistics Center, Heavy Maintenance Facility, MRS Division, Elizabeth City, NC 27909. Telephone responses will not be accepted. Responses must be received no later than 15 December 2016 at 13:00 p.m. EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriate contract decisions which is the intent of this sources sought notice. 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 that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis 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.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-S-010001/listing.html)
- Place of Performance
- Address: 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN04330665-W 20161119/161117234157-8cbd88825e09167746601e83675f11d1 (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 |