Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 17, 2018 FBO #6019
SOLICITATION NOTICE

16 -- Repair of HC-144 Aircraft Main Brakes - General Information Packet

Notice Date
5/15/2018
 
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
70Z03818QL00000084
 
Archive Date
5/26/2018
 
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 This is an UNRESTRICTED Solicitation. 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 and 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 70Z03818QL0000084 is issued as a notice of intent to award to a capable repair vendor. It is anticipated that a competitive Purchase Order shall be awarded as a result of this notice. It is the Governments belief, that only a previously established Capable Repair Vendor in possession of the required OEM Data has the required proprietary technical and engineering data to successfully provide these repair 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 distributor 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 2005-97. 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. 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 requirement 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 Code is 488190. The Coast Guard intends to issue a Not-To-Exceed post assessment firm fixed price repair/overhaul order to the Aircraft Original Equipment Manufacturer (OEM), the Component Production Approval Holder (PAH), or a PAH Authorized and Capable Small Business Service Facility, for repair/overhaul of a HC-144 Aircraft Component(s) using OEM Proprietary Data for the following item(s): 5 Each NSN 1630-99-434-0273, P/N AHA1802, MAIN BRAKE (Repair is to be IAW CMM 1C-144A-11-324171 and its latest revision, amendments, and OEM Specifications). PRICE QUOTE MUST INCLUDE 100% REPLACEMEMT OF PARTS AND HARDWARE IAW THE APPLICABLE CMM. QUOTED DELIVERY DATE WILL BE STRICTLY ADHERED TO. A General Information Packet is attached to this solicitation. The Coast Guard does not own nor can provide the OEM's Service Manuals, Service Bulletins, or Proprietary Data. Unless the OEM or an Incumbent, with their 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 MAY 25, 2018 at 4:00 pm EDT. Anticipated award date is on or about MAY 29, 2018, with an anticipated required delivery date of all items on or before SEPTEMBER 22, 2018. 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/70Z03818QL00000084/listing.html)
 
Record
SN04922433-W 20180517/180515230455-b3c372791f89bd8cb8394fa23769eb60 (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  © 1994-2020, Loren Data Corp.