SOLICITATION NOTICE
J -- Upgrade/overhaul and Repair of the Airborne Software Defined APCO P25 Transceiver (RT-5000) Radio
- Notice Date
- 5/23/2023 12:07:11 PM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03823RE0000001
- Response Due
- 6/12/2023 8:30:00 AM
- Archive Date
- 06/27/2023
- Point of Contact
- Rose A Bateman, Kathrine R Leach
- E-Mail Address
-
Rose.A.Bateman@uscg.mil, kathrine.r.leach@uscg.mil
(Rose.A.Bateman@uscg.mil, kathrine.r.leach@uscg.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in FAR subpart 12.6 and part 15, 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 70Z03823RE0000001 is issued as a Request for Proposal (RFP).� This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2023-02 effective 16 March 2023. The applicable North American Industry Classification Standard Code is 334511.� The average annual receipts are 1,350 Employees.� This requirement is anticipated to be awarded on a sole source basis to Chelton Avionics, Inc. dba Canyon AeroConnect (Cage Code 1WZE2).� All responsible sources may submit a proposal which shall be considered by the agency.� It is anticipated that one (1) indefinite delivery requirements type contract with firm-fixed pricing (FFP), consisting of one (1) one-year base period and, if exercised, four (4) one-year option periods will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. FFP Task Orders will be issued off the contract as items are required. The list of items and estimated quantities can be found on Attachment 1 � Schedule of Services. Only the items requested in this solicitation will be considered for award.� All overhauls/modifications shall have clear traceability to the Original Equipment Manufacturer (OEM), Chelton Avionics Inc. dba Canyon AeroConnect (Cage Code 1WZE2).� Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. Contractors having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.� Responsible Contractors are limited to OEM and Medium Range Recovery (MRR) Engineering approved supply sources.� All repairs and overhauls shall be completed IAW the Statement of Work (SOW). Parts must be approved IAW 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. �Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation.� 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 IAW Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause.� Offerors must be able to provide necessary certification including traceability to the OEM, OEM's COC and its own COC to ensure parts are in airworthy condition, suitable for installation on USCG aircraft.� Prospective vendors who are not MRR Engineering approved or are not the OEM or an authorized distributor must provide traceability for the offered product back to the OEM or authorized distributor.� All parts shall be NEW approved parts. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 - �SCHEDULE OF SERVICES� 70Z03823RE0000001� SEE ATTACHMENT 2 � �STATEMENT OF WORK � 70Z03823RE0000001� SEE ATTACHMENT 3 - �TERMS AND CONDITIONS � 70Z03823RE0000001� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.� SEE ATTACHMENT 4 � �WAGE DETERMINATIONS � 70Z03823RE0000001� SEE ATTACHMENT 5 � �JUSTIFICATION AND APPROVAL FOR OTHER THAN FULL AND OPEN COMPETITION � 70Z03823RE0000001� Closing date and time for receipt of offers is 6/12/2023 at 11:30 AM Eastern Time.� Last date for questions is 06/05/2023 at 3:00 pm ET. �Anticipated award date is on or about 8/30/2023.� E-mail proposals may be sent to Rose.A.Bateman@uscg.mil and Kathrine.R.Leach@uscg.mil. �Please indicate 70Z03823RE0000001 RT-5000 in the subject line.�
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/00991b81f4c142ebbe61b3c4f6ffdc6a/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06691505-F 20230525/230523230118 (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 |