Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 24, 2017 FBO #5784
SOURCES SOUGHT

J -- Performance-Based Logistics Services

Notice Date
9/22/2017
 
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-I-200021
 
Archive Date
10/11/2017
 
Point of Contact
Charles E. Leslie, Jr, Phone: 2523356493, Debora J. Plymel, Phone: 2523345372
 
E-Mail Address
Charles.E.Leslie2@uscg.mil, debora.j.plymel@uscg.mil
(Charles.E.Leslie2@uscg.mil, debora.j.plymel@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a request for information. The United States Coast Guard (USCG), Aviation Logistics Center (ALC) has a requirement for Performance-Based Logistics services of the Rockwell Collins avionics systems and avionic ground support equipment used on all USCG aircraft. Requirements include managing all USCG-owned assets, maintaining inventory records, maintaining adequate supply of repair and piece parts to ensure conformance with delivery schedules, and control and storage of both ready for issue (RFI) and non-RFI assets. Requirements also include repairing or overhauling, modifying (as necessary), test, and inspection of USCG assets. The USCG ALC intends to purchase these services from Rockwell Collins, Inc. (RCI). RCI is the Original Equipment Manufacturer for the parts being repaired and the piece parts being supplied. Interested organizations may submit their capabilities and qualifications to perform the effort in writing to the identified point of contact no later than 3:00 p.m. local time (EST) on 26 September 2017. Such capabilities/qualifications will be evaluated solely for the purpose of determining whether or not to conduct this procurement on a competitive basis. A determination by the Government not to compete this proposed effort on a full and open competition basis, based upon responses to this notice, is solely within the discretion of the Government. Oral communications are not acceptable in response to this notice. All responsible sources may submit an offer which shall be considered. Responses should include the following: • Name and address of contractor • Cage Code • Point of contact including name, title, phone, and email address • Capability statement • State whether the business is currently classified as Large, Small, Small Disadvantaged, 8(a), HubZone Small Business, Women Owned, Veteran Owned, Service Disabled Veteran Owned Small business in terms of the NAICS code 488190 • GSA Contract information if applicable and other information that provides the Coast Guard with a more accurate picture of the potential marketplace for this requirement. The NAICS code is 488190 and the small business size standard is $32.5M. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses should be submitted to Charles.E.Leslie2@uscg.mil. Responses must be received no later than 26 September 2017 at 3:00 p.m. EST. This notice does not constitute a Request for Quotation (RFQ) or a Request for Proposal (RFP) and is not to be construed as one. Therefore, there will be no evaluation of responses to this RFI for award purposes. Respondents deemed fully qualified will be considered in any resulting future solicitation where quotes or proposals will be requested. There is no date set for a resulting solicitation or if a solicitation will be issued. All submitted materials will be designated for Government Use Only. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Questions regarding this Sources Sought Notice/Request for Information shall be submitted in writing to Charles.E.Leslie2@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-I-200021/listing.html)
 
Record
SN04691328-W 20170924/170922231929-3741d0e160f1fd85ea4d0bc225764022 (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.