Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 13, 2019 SAM #6588
SOLICITATION NOTICE

30 -- Cam used on the MH65 aircraft

Notice Date
12/11/2019 5:59:03 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03820QB2000048
 
Response Due
12/13/2019 11:30:00 AM
 
Archive Date
01/01/2020
 
Point of Contact
Kathryn Lowe, Phone: 2523356644, Heather Dawn O'Connor, Phone: 2523345407
 
E-Mail Address
Kathryn.G.Lowe@uscg.mil, dawn.b.oconnor@uscg.mil
(Kathryn.G.Lowe@uscg.mil, dawn.b.oconnor@uscg.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03820QB2000042 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2020-01, effective 12 November 2019.The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order will be awarded on a brand name basis as a result of this synopsis/solicitation for the following part: CAMP/N: 19386NSN: 3040-14-397-0843QTY: 15 EAMFGCD: F0189RDD: 04/01/2020All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Messier-Dowty SA(Cage Code F0189). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight. No alternate part numbers will be accepted. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Best value to the Government is always the goal, but without jeopardizing quality or safety of flight. Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) certification, or a Certificate of Conformance (COC) and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. All parts shall be NEW approved parts.Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own COC to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.See attached document titled: Terms and Conditions - 70Z03820QB2000042, for applicable clauses, instructions, and evaluation criteria. J&A- 70Z03820QB2000042, for brand name justification. Closing date and time for receipt of offers is 13 December 2019 at 2:30 pm EST. Quotes and questions shall be submitted by email to kathryn.g.lowe@uscg.mil. Please indicate solicitation 70Z03820QB2000042 in the subject line. Phone calls WILL NOT be accepted.NOTICE FOR FILING AGENCY PROTESTSUnited States Coast Guard Ombudsman ProgramIt is the policy of the United States Coast Guard (USCG) to issue solicitations and make contractawards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) wasestablished to investigate agency protest issues and resolve them without expensive and timeconsuming litigation. OPAP is an independent reviewing authority that is empowered to grant aprevailing protester essentially the same relief as the Government Accountability Office (GAO).Interested parties are encouraged to seek resolution of their concerns within the USCG as anAlternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or someexternal forum. Interested parties may seek resolution of their concerns informally or opt to filea formal agency protest with the Contracting Officer or Ombudsman.Informal Forum with the Ombudsman. Interested parties who believe a specific USCGprocurement is unfair or otherwise defective should first direct their concerns to the applicableContracting Officer. If the Contracting Officer is unable to satisfy their concerns, interestedparties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Underthis informal process the agency is not required to suspend contract award performance.Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the followinginformation to the Ombudsman: solicitation/contract number, contracting office, ContractingOfficer, and solicitation closing date (if applicable). Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest,protesters must first use their best efforts to resolve their concerns with the Contracting Officerthrough open and frank discussions. If the protester’s concerns are unresolved, an IndependentReview is available by the Ombudsman. The protester may file a formal agency protest to eitherthe Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program.Contract award or performance will be suspended during the protest period unless contract awardor performance is justified, in writing, for urgent and compelling reasons or is determined inwriting to be in the best interest of the Government. The agency’s goal is to resolve protests inless than 35 calendar days from the date of filing. Protests shall include the information set forthin FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of theprotest may be delayed or the protest may be dismissed. To be timely protests must be filedwithin the period specified in FAR 33.103(e). Formal protests filed under the OPAP programshould be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by handdelivery to the Contracting Officer. Election of Forum. After an interested party protests a Coast Guard procurement to theContracting Officer or the Ombudsman, and while the protest is pending, the protester agrees notto file a protest with the GAO or other external forum. If the protest is filed with an externalforum, the agency protest will be dismissed. The Ombudsman Hotline telephone number is 202.372.3695.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/401d75f2bf7242fda11b036caf570805/view)
 
Record
SN05514250-F 20191213/191211230306 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.