Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JANUARY 12, 2024 SAM #8081
SOLICITATION NOTICE

J -- Repair Drive Shaft Assembly

Notice Date
1/10/2024 9:17:47 AM
 
Notice Type
Combined Synopsis/Solicitation
 
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
70Z03823QJ0000232
 
Response Due
1/31/2024 11:00:00 AM
 
Archive Date
02/15/2024
 
Point of Contact
Julie Lininger, Phone: 2523356256, MRR Procurement Mailbox
 
E-Mail Address
julie.g.lininger@uscg.mil, mrr-procurement@uscg.mil
(julie.g.lininger@uscg.mil, mrr-procurement@uscg.mil)
 
Description
A00005 - This response date for the solicitation below has been extended until January 31, 2024 at 2:00 PM EST.� A00004 - This response date for the solicitation below has been extended until January 10, 2024 at 2:00 PM EST.� A00003 - This response date for the solicitation below has been extended until November 15, 2023 at 2:00 PM EDT.� A00002 - This response date for the solicitation below has been extended until October 24, 2023 at 2:00 PM EDT.� A00001 - This response date for the solicitation below has been extended until October 13, 2023 at 2:00 PM EDT.� This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 70Z03823QJ0000232 is issued as a Request for Quotation (RFQ). �This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2023-05 effective 8 August 2023. The applicable North American Industry Classification Standard Code is 488190. �The small business size standard is $40 million. 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 for repair of Drive Shaft Assemblies on a sole source basis as a result of this synopsis/solicitation. �Pricing should be provided on Attachment 1 � Schedule-70Z03823QJ0000232.� The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) has the sole authority for approving sources for the procurement, repair, and overhaul of this item. �Responsible Contractors are limited to NAVSUP WSS approved sources. A safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement. Use of only these sources will ensure all parts are repaired to the Original Equipment Manufacturers (OEM) specifications. All repairs shall be performed by the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation. (Cage Code 78286) or an OEM authorized repair facility that is NAVSUP WSS approved. �Concerns that are NAVSUP WSS approved and have the expertise and required capabilities to repair this item are invited to submit offers in accordance with the requirements stipulated in this solicitation. Concerns shall be confirmed NAVSUP WSS approved prior to the close of 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. �Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Items will only be repaired by sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM. � NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE : ATTACHMENT 1-�SCHEDULE-70Z03823QJ0000232� ATTACHMENT 2��STATEMENT OF WORK-70Z03823QJ0000232� ATTACHMENT 3 -�TERMS AND CONDITIONS � 70Z03823QJ0000232� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA� ATTACHMENT 4 � �REDACTED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION � 70Z03823QJ0000232� ATTACHMENT 5 -�WAGE DETERMINATION CONNECTICUT-70Z03823QJ0000232� Closing date and time for receipt of offers is 1/31/2024 at 2:00PM Eastern Standard Time. � Anticipated award date is on or about 2/09/2024. �E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. �Please indicate 70Z03823QJ0000232 in subject line. � 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 time- consuming 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://sam.gov/opp/e6c8f7ec04ea4d4bb09fedae3e0be380/view)
 
Record
SN06931890-F 20240112/240110230044 (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.