SOURCES SOUGHT
J -- Sources Sought for Potential Overhaul Vendors for HC-144 and HC-27J Wheels and Brakes
- Notice Date
- 11/13/2025 7:12:54 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03826IL0000006
- Response Due
- 12/12/2025 1:00:00 PM
- Archive Date
- 12/27/2025
- Point of Contact
- Steven Goodwin
- E-Mail Address
-
steven.a.goodwin@uscg.mil
(steven.a.goodwin@uscg.mil)
- Description
- This is not a solicitation announcement. This is a sources sought synopsis only. This is not a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of any commercially available overhaul vendors that may be of interest to the United States Coast Guard (USCG). This notice is to assist the USCG in determining the potential sources capable of overhaul services for the items listed below. The Original Equipment Manufacturer (OEM) is Meggitt Aircraft Braking Systems (Cage Code 0B9R9). Responses to this notice should include company name, address, and telephone number, point of contact (POC), overhaul capabilities, certifications, etc. which will allow the USCG to understand your full capabilities. Also, provide evidence of possession of an OEM license to ensure access to the most current OEM data and OEM replacement parts. PART NAME NSN PART NUMBER C27J MAIN WHEEL ASSY 1630-01-526-5379 5014039 C27J NOSE WHEEL ASSY 1630-01-522-6894 5014041 C27J MAIN BRAKE ASSY 1560-01-522-6600 5014040 HC-144 WHEEL MLG 1630-99-425-1315 AHA1291MOD4 HC-144 WHEEL NLG 1630-99-795-5662\ AHA1349 HC-144 MAIN BRAKE 1630-99-434-0273 AHA1802 Please respond to the following questions: (1) Is your business a large or small? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified ""hub zone"" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Are you services listed on a GSA schedule? (8) Do you have other government agencies using your repair facility, and if so which agencies, provide POC�s and contract numbers? Interested vendors must meet the following requirements: OEM Authorization: Vendors must provide evidence of an OEM license or authorization to ensure access to the most current OEM specifications, drawings, data, test equipment, and tooling. Overhaul Capabilities: Vendors must demonstrate their ability to overhaul the listed components in compliance with OEM standards. Certifications: Vendors must provide relevant certifications, such as FAA certifications, ISO 9000 compliance, or equivalent quality system certifications. Experience: Vendors should provide evidence of past performance in similar overhaul services, including references, contract numbers, and points of contact from other government agencies (if applicable). Traceability: Vendors must ensure that all replacement parts used during the overhaul are new and traceable to the OEM. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the overhauls, a solicitation announcement will be published on BETA.SAM.GOV. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offers will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Any questions concerning the technical questions should be directed to Mr. Thomas Meek at Thomas.C.Meek@uscg.mil and any contractual questions should be directed to Mr. Steven Goodwin at Steven.A.Goodwin@uscg.mil. Include the Sources Sought # 70Z03826IL0000006 in the subject line. Telephone responses will not be accepted. Responses must be received no later than December 12, 2025 at 4:00 p.m. EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriate contract decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining potential sources only. 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. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offers 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.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/b539dace27e7496f8664dff85eb6954c/view)
- Place of Performance
- Address: Elizabeth City, NC 27909, USA
- Zip Code: 27909
- Country: USA
- Zip Code: 27909
- Record
- SN07641985-F 20251115/251113230046 (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 |