SOURCES SOUGHT
16 -- Overhaul of various Pumps and Valves - Components with Estimated Quantities - SOW - COC - Technical Orders
- Notice Date
- 5/9/2018
- Notice Type
- Sources Sought
- 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
- 70Z03818I0000006
- Archive Date
- 6/27/2018
- Point of Contact
- Theresa Alkeus, Phone: 2523345174, Phillip E. Williams, Phone: 252-335-6975
- E-Mail Address
-
Theresa.L.Alkeus@uscg.mil, Phillip.E.Williams@uscg.mil
(Theresa.L.Alkeus@uscg.mil, Phillip.E.Williams@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Technical Orders COC SOW Components with Estimated Quantities Sources Sought Notice The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Long Range Surveillance (LRS) Product Line is performing market research to determine potential sources capable of overhauling various Pumps and Valves used on the HC-130H/J Aircraft. All components must be overhauled in accordance with the applicable component Technical Orders and returned to the USCG in Ready-For-Issue (RFI) condition. The USCG does not own, nor can it provide specifications, drawings, or data for the overhaul of these components. The Statement of Work (attachment 1), Component List with estimated quantities (attachment 2), and Component Technical Orders (attachment 3) are included with this notice, as attachments. Overhauls shall be performed at a Contractor-owned and operated facility, and the Contractor shall provide all tools, equipment and other resources necessary for contract performance. A Certificate of Conformance in accordance with FAR 52.246-15 shall be provided with each overhauled component. Inspection and acceptance shall be performed at destination by USCG Quality Assurance personnel unless otherwise directed. The Government anticipates award of an Indefinite Delivery, Requirements type one-year contract with four one-year option periods using the policies and procedures in FAR Part 12 in conjunction with FAR Part 13.5. A single contract is anticipated, but the Government reserves the right to award more than one contract if it is determined to be in the best interest of the Government. The applicable North American Industrial Classification System Code is 336413 Other Aircraft Parts and Auxiliary Equipment Manufacturing and the small business size standard is 1,250 employees. This notice is to help the Government in determining potential sources only. It is not a request for proposals and in no way obligates the Government to contract for any supply or service. The information in this notice is subject to change and is not binding on the Government. Potential sources must meet the following requirements: 1. Current Federal Aviation Administration (FAA) Overhaul Facility or Original Equipment Manufacturer (OEM) Certified Overhaul Facility in the applicable accessories category for overhaul of the HC-130H/J Pumps and Valves 2. Ability to overhaul the components in accordance with the current version of the technical directives/overhaul manuals 3. Access to current editions of all applicable documents and manuals Requested information: 1. Company name, address, telephone number, point of contact, CAGE code 2. Business size, if small, provide further small business classification(s) 3. Copy of current FAA or OEM certification for overhaul of the components 4. Sufficient detail for the Government to determine that the interested party is capable of meeting the requirements for potential sources All interested parties should respond via e-mail to Theresa.L.Alkeus@uscg.mil by June 12, 2018, 4:00 p.m. Eastern. Responses that do not provide the requested information cannot be used to help the Government make the appropriate acquisition decisions. The USCG will not reimburse any costs incurred by interested parties that respond to this notice. Responses to this notice will not result in automatic distribution of any future solicitation for this requirement. If a solicitation is released, it will be published on the Federal Business Opportunities website at http://www.fbo.gov. Interested parties are responsible for monitoring the website for additional information pertaining to this potential requirement and must respond to any future solicitation to be considered for award.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/70Z03818I0000006/listing.html)
- Record
- SN04916566-W 20180511/180509230804-93f6598d99f072eff7a4bc974ce57ce2 (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 |