Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 17, 2017 FBO #5685
SOLICITATION NOTICE

16 -- Repair of HC-144 Aircraft Static Inverters - J&A

Notice Date
6/15/2017
 
Notice Type
Combined Synopsis/Solicitation
 
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-Q-010116
 
Archive Date
6/27/2017
 
Point of Contact
Terence L. Blucker,
 
E-Mail Address
Terence.L.Blucker@uscg.mil
(Terence.L.Blucker@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
General Information Packet J&A This is a combined synopsis/solicitation seeking Firm Fixed Price (FFP) quotes for commercial aircraft component repair/overhaul services prepared in accordance with the Federal Acquisition Regulations based on the format in Subpart 12.6, as supplemented with additional information included in this notice. In the alternative, Test, Teardown, and Evaluation (TT&E) with estimated (AVERAGE) repair/overhaul cost quotes may be submitted for consideration. When in receipt of evaluation or baseline price quotes only, the government reserves the right to issue a purchase order based on the government's historical pricing data. Solicitation number HSCG38-17-Q-010116 is issued as a Special Notice of Intent to Award to the Component OEM or other capable vendor. It is the Governments belief that only vendors that have the required proprietary technical and engineering data can successfully provide these services. Concerns having the expertise and required capabilities to provide these services are invited to submit complete information discussing the same within (3) calendar days from this notice posting. The information submitted must include a letter from the OEM verifying the Offeror is an authorized service facility and verifying the OEM will supply only genuine OEM parts. Instructions to Offerors-Commercial and the incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular 2005-95. Any vendor, except the Original Equipment Manufacturer (OEM) or a Production Approval Holder (PAH), repairing Coast Guard Aircraft Components MUST be FAA 145 certified and perform at least fifty percent (50%) of the work at their company's FAA certified facility, and NO other facility. Unless otherwise directed by the Contracting Officer, awards for the repair or overhaul of Coast Guard Aircraft Repairable Components shall only be awarded directly to service vendors who have been deemed fully capable of performing such services by division level command-appointed Coast Guard Engineers or Equipment Specialists. Vendors who do not meet the above stated capability requirements will not be considered and should not respond to this solicitation/request for quote. This solicitation will not be extended or the award delayed for a vendor to submit their service data for capability determination or for registration in SAM.GOV. If not previously deemed capable by ALC MRS Engineering, vendors who believe they would otherwise qualify based on the aforementioned criteria are encouraged to contact Bryan.P.Bray@uscg.mil for a capability evaluation and determination toward future awards consideration. The applicable North American Industry Classification Standard (NAICS) Code is 488190. The Coast Guard intends to award this HC-144 Aircraft Component repair/overhaul to the Component or Aircraft OEM, a Component Production Approval Holder (PAH), or a PAH Authorized and Capable Service Facility, for the following item(s): 5 Each NSN 6130-01-530-9312, P/N 1-002-0102-1016, INVERTER, STATIC (Repair IAW CMM 24-20-68 and its latest revision) The Coast Guard does not own nor can provide the OEM's Service Manuals, Service Bulletins, or Proprietary Data. Unless the OEM, with their first time repair/overhaul quote, vendors must provide a copy of the first page of the current OEM Manual or Service Reference, and in their quote make reference to it (i.e. "will be repaired IAW CMM 12345-6789"). The Aircraft OEM is AIRBUS DEFENCE AND SPACE SAU EADS CASA DE ARAGON 404, MADRID, ESP E-28022, Cage Code 0117B, and their domestic facility is AIRBUS DS MILITARY AIRCRAFT, INC Cage Code is 0DAF1. Determined by the urgency of need, the closing date for this solicitation is JUNE 26, 2017 at 9:00 am EDT. Anticipated award date is on or about JUNE 27, 2017, with an anticipated required delivery date of all items on or before JULY 28, 2017. Point of contact for this intent to award notice is Mr. Terry Blucker PA/KO, email Terence.L.Blucker@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-Q-010116/listing.html)
 
Record
SN04545777-W 20170617/170615235046-fb6ad674581e2004ff54fac079fed057 (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.