Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 03, 2024 SAM #8103
SOURCES SOUGHT

J -- Repair for Dynamic Components utilized on the MH-65 Aircraft

Notice Date
2/1/2024 5:18:14 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
70Z03824IB0000001
 
Response Due
2/12/2024 10:00:00 AM
 
Archive Date
03/12/2024
 
Point of Contact
Terrie L. Pickard, Phone: 2523356821, Fax: 2523345240, Jessica Martin, Phone: 2523356644
 
E-Mail Address
Terrie.L.Pickard@uscg.mil, Jessica.R.Martin@uscg.mil
(Terrie.L.Pickard@uscg.mil, Jessica.R.Martin@uscg.mil)
 
Description
Request for Information (RFI): The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Short Range Recovery (SRR) Product Line is seeking qualified contractors with the facilities, equipment, skills, knowledge, and resources required to overhaul the MH-65 dynamic components. �Service will be required to be performed in accordance with (IAW) the most up to date Original Equipment Manufacturer (OEM) Airbus Helicopters (Cage Code F0210) Component Maintenance Manual (CMM). The contractor shall be required to perform all repair and overhaul activities IAW the OEM�s technical requirement. This is not a request for quote or proposal. �This RFI is for market research 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 RFI notice has been issued to survey the market to identify possible sources for consideration. This notice is to assist the USCG in determining potential sources. All contractors responding to this RFI notice are advised that their response to this notice is not a request to be considered for a contract award. The USCG ALC requests capability statements from interested companies for the purpose of identifying OEM certified sources capable of repair and/or modification services for the items below in accordance with the OEM Manuals. �The Nomenclatures, National Stock Numbers (NSN), Part Numbers (P/N) are listed below: �� Nomenclature NSN PN GIMBAL RING 3020-14-541-8660 365A32-7114-01 3020-14-515-6588 365A32-7114-00 HALF GIMBAL FLANGE 3010-14-480-3992 365A32-7112-00 � HALF GIMBAL FLANGE 3010-14-507-1767 365A32-7110-00 � OIL PUMP COVER 1615-14-390-1442 366A32-1131-01 MODIFIED TO: 1615-01-HS2-1476 366A32-1131-02 PUMP BODY 1615-14-464-0914 366A32-1133-01 MODIFED TO: 1615-14-390-1443 366A32-1133-02 BEARING SEAT 3130-01-HS1-4605 360A32-3162-03 3130-01-HS1-7837 360A32-3162-04 DRIVER AD SCISSORS 1615-14-374-7281 365A31-1171-00 INPUT FLANGE 5340-14-533-1470 365A32-5427-22 � SPLINED FLANGE 3020-14-560-9073 365A33-3523-00 LEVER, REMOTE CONTROL 1680-14-387-9465 365A31-1998-02 Please respond to the following questions in additions to submission of your company�s capability statement: 1. Is your company the OEM or OEM Service Center certified? 2. Is your company capable of performing repair/modification for the Part Numbers identified above? 3. Does your company have the ability to obtain OEM replacement parts? 4. Is your business a large or small business? If small, define your company�s socioeconomic classification. 5. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with Federal Acquisition Regulation (FAR) Clause 52.219-14, specifically 52.219-14(c)(1), �At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.� Does the company send out work to subcontractors? If so, how much work and what type of work is subcontracted? 6. What is your company�s estimated lead time for the repair and/or modification of these items? 7. Does your company offer warranty on repairs/modification? If yes, what is the standard warranty? 8. Is this work exempt from the Service Contract Labor Standards or does it apply? State the exemption if applicable. 9. Where is your Maintenance Repair facility located? 10. Can your company provide the required documentation as follows? Potential offerors must possess and be capable of maintaining and/or providing the following documentation: a. Federal Aviation Administration (FAA) Part 145 Repair Station Certificate, or: b. European Aviation Safety Agency (EASA) Part 145 Repair Station Certificate equivalent, and: c. A certification or letter as an OEM approved Maintenance Repair Facility.� 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 SAM.gov website. �Responses to this RFI synopsis are not adequate responses to any future announcement. �All interested offerors will have to respond to the solicitation in addition to responding to this RFI synopsis. �Responses to this RFI synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Closing date and time for receipt of response is February 12, 2024, at 1:00 pm EST. Telephone responses will not be accepted.� Responses should be submitted to Terrie.L.Pickard@uscg.mil.� Please indicate 70Z03824IB0000001 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7f0ca2e58cce4dd3985c6d7f9c83db32/view)
 
Record
SN06952848-F 20240203/240201230044 (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.