Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 31, 2021 SAM #7182
SOLICITATION NOTICE

16 -- Various Spares for the MH-65 Aircraft

Notice Date
7/29/2021 10:41:41 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
70Z03821RB2000003
 
Response Due
9/3/2021 1:30:00 PM
 
Archive Date
09/18/2021
 
Point of Contact
Livia M. Pippen, Phone: 2523356387, Fax: 2523345240, Catrina M McDonald, Phone: 2523356962
 
E-Mail Address
livia.m.pippen@uscg.mil, Catrina.M.McDonald@uscg.mil
(livia.m.pippen@uscg.mil, Catrina.M.McDonald@uscg.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 as supplemented with additional information included in this notice.� This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued.� Solicitation number 70Z03821RB20000003 is issued as a Request for Proposal (RFP) using the procedures of FAR 12 in conjunction with FAR 15. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2021-06 effective July 12, 2021. The applicable North American Industry Classification Standard Code is 336413.� The small business size standard is 1,250 employees.� This is being solicited on a sole source basis. All responsible sources may submit a capability statement or proposal which shall be considered by the agency.� The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Elizabeth City, NC intends to negotiate and award an Indefinite Delivery Requirements type contract to Airbus Helicopters, Inc. of Grand Prairie, TX on an other than full and open competition basis under the authority of FAR 6.302-1 for the Various Spares for the MH-65 Helicopter. �Parts will be procured via issuance of individually funded Delivery Orders.� Airbus Helicopters, France (Cage Code F0210) is the original equipment manufacturer (OEM) of the parts in this requirement and their only approved source of supply in North America is Airbus Helicopters, Inc.� The contract will consist of one (1) (one-year) Base Period and four (4) (one-year) Option Periods. See the following attachments titled: Attachment 1: �Schedule � 70Z03821RB2000003� Attachment 2: �Clauses, and Terms and Conditions � 70Z03821RB2000003� Attachment 3: �Provisions � 70Z03821RB2000003� Attachment 4: �Redacted JA- 70Z03821RB2000003� Attachment 5: �Redacted Class JA � 70Z03821RB2000003� Attachment 6: �Offeror Checklist � 70Z03821RB2000003� � � Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Proposals will only be accepted from OEM authorized distributors and any proposal submitted that are not from an OEM authorized distributor will not be accepted nor evaluated.� Any offeror not identified as AHI shall provide a letter from the OEM, with their proposal, authorizing them as a distributor.� Prospective vendors who are not the OEM must provide traceability, for the offered components, back to the manufacturer. �Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. 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, 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 FACTORY NEW. NOTE: NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED. ONLY NEW PARTS WILL BE ACCEPTED. NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. � Closing date and time for receipt of offers is August 12, 2021 at 4:30 pm EDT. Any proposal received after the closing date and time specified are considered late. The anticipated award date is on or about December 31, 2021. E-mailed proposals are required and shall be sent to Catrina.M.McDonald@uscg.mil and Livia.M.Pippen@uscg.mil.� Please indicate 70Z03821RB2000003 in subject line. Phone calls will not be accepted. NOTICE FOR FILING AGENCY PROTESTS United States Coast Guard Ombudsman Program It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and timeconsuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing 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 an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman. Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this 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 following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, 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 Officer through open and frank discussions. If the protester�s concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the 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 award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency�s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer. � Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/8486e0ffdb18465a8a8ca9602245a886/view)
 
Record
SN06078299-F 20210731/210729230127 (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.