Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 01, 2023 SAM #8009
SOURCES SOUGHT

J -- Repair Controller Assy, LT

Notice Date
10/30/2023 11:16:29 AM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03824IJ0000005
 
Response Due
11/15/2023 11:00:00 AM
 
Archive Date
11/30/2023
 
Point of Contact
Michelle Monds, MRR Procurement Mailbox
 
E-Mail Address
Michelle.R.Monds@uscg.mil, mrr-procurement@uscg.mil
(Michelle.R.Monds@uscg.mil, mrr-procurement@uscg.mil)
 
Description
Contracting Office Address: United States Coast Guard (USCG) �Aviation Logistics Center (ALC) Medium Range Recovery (MRR) Procurement Building 79 1664 Weeksville Road Elizabeth City, NC 27909 Description This is a sources sought synopsis only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. �This sources sought is for information and planning purposes only and is not to be construed as a commitment by the Government. �This is not a solicitation announcement for quotes/proposals and no contract will be awarded from this announcement. �This sources sought notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. �All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. The USCG is seeking sources that have the capability to repair the Lighting Controller Assembly, P/N: 31D-104-00 utilized on the MH-60T aircraft. �The Lighting Controller Assembly, P/N: 31D-104-00 is a stand-alone, self-contained unit that supplies electrical power to the exit lighting string in an emergency. �There are three (3) Lighting Controller Assemblies, P/N: 31D-104-00 per aircraft and each assembly contains all the components to operate one exit lighting string, a battery pack, the lighting control switches, the emergency activation sensors, and the microprocessor.� The USCG is seeking sources that have the capability to repair the Lighting Controller Assembly, P/N: 31D-104-00 on a one-year base period and four (4) one-year option periods contract. �Responsible sources are limited to the Original Equipment Manufacturer (OEM), Survival Systems, (Cage Code 1LDF2) or an OEM approved repair facility. All offerors other than the OEM must ensure the response clearly demonstrates the ability to perform the repair of the Lighting Controller Assembly, P/N: 31D-104-00. The offeror must be able to provide a clear, documented auditable paper trail for ownership and transfer of each part from the OEM to the final vendor. � The offeror must be able to provide a Certificate of Conformance in accordance with (IAW) Federal Acquisition Regulation (FAR) 52.246-15. �Offeror�s must be able to provide necessary certification including traceability to the manufacturer, manufacturer�s COC and its own certificate of conformance. � Repair Lighting Controller Assembly NSN: 6110-01-HS1-4407 Part Number: 31D-104-00 Responses Responses to this notice should include company name, address, telephone number, and point of contact (POC). �Please respond to the following questions: 1.�� �Please indicate if there are any quantity discounts. 2.�� �What is an estimated total lead time? 3.�� �All offerors that are not the OEM or an OEM authorized repair facility MUST provide documentation of OEM authorization, and the cover page of the repair manual that will be utilized to complete the repairs with your response. 4.�� �Is your business a large or small business and how many employees? 5.�� �What North American Industry Classification System (NAICS) code does your company use for this type of service? 6.�� �If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? 7.�� �If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? 8.�� �Is your firm a certified Hub Zone firm?� 9.�� �Is your firm a Woman-Owned or operated business? 10.�� �Is your firm a certified Service-Disabled Veteran-Owned? 11.�� �Is your product listed on a General Services Administration (GSA) schedule? 12.�� �Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? 13.�� �If possible, provide POCs for civilian users for general usage of product questions. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. �Responses to this sources sought synopsis are not adequate responses to any future solicitation announcement. �All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. �Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Closing date and time for receipt of response is November 15, 2023 @ 2:00pm EST. E-mail responses are preferred and may be sent to MRR-PROCUREMENT@uscg.mil, attention Michelle.R.Monds@uscg.mil. �Please indicate 70Z03824IJ0000005 in the subject line.� �
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/bd0386151ea247b9b01b0ee04e1425f3/view)
 
Record
SN06871331-F 20231101/231030230047 (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.