Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2012 FBO #3849
SOURCES SOUGHT

16 -- SWITCHES, LIGHT AND PUSH

Notice Date
6/6/2012
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG3812S010018
 
Archive Date
6/25/2012
 
Point of Contact
Denise M Coley, Phone: (252) 335-6562, Deborah Krull, Phone: 252-335-6309
 
E-Mail Address
denise.m.coley@uscg.mil, Deborah.Krull@uscg.mil
(denise.m.coley@uscg.mil, Deborah.Krull@uscg.mil)
 
Small Business Set-Aside
N/A
 
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 commercially available products that may be of interest to the United States coast Guard (USCG). The United States Coast Guard Air Logistics Center (ALC) is conducting market research to determine suppliers for the following in support of theHC144A CASA Aircraft. The USCG HC-144A is a pressurized, twin-turboprop aircraft with a high cantilever wing and retractable tricycle undercarriage. It is powered by two General Electric CT7-9C3 turboprops which drive Hamilton Standard 14RF-31 four-blade reverse-pitch propellers. The aircraft is specifically equipped to perform all USCG missions which include: search and rescue, maritime safety, security, and logistics, as well as national defense and protection of natural resources. The Original Equipment Manufacturer (OEM) for the HC-144A is 0117B EADS Construcciones Aeronautic, Avenida Aragon, 404, Madrid, Spain 28022. PART NUMBER NOMENCLATURE 200CZ01Y02 CONTACTOR 204J01L0017CRV LIGHTED SWITCH 210A40+204J01KAAMV LIGHTED SWITCH 210A40+204J01KW5 LIGHTED SWITCH 210VK+204J01K00106164 SWITCH 210VK+204J01K00106166 LIGHTED PUSHBUTTON 210VK+204J01K0010CRR SWITCH LIGHTED PUSH 210VK+204J01K00176165 PUSH LIGHT 210VK+204J01K0017CUE SWITCH-LIGHTED PUSH 210VK+204J01NWN PUSHBUTTON-LIGHTED 210VK+214J01K0064CLR PUSHBUTTON-LIGHTED 210VK+214J01K0068CMA LIGHTED PUSHBUTTON 210VK01+214J01L0082CVS SWITCH-LIGHTED PUSH 220+214J01LJ035LB613OFF SWITCH-LIGHTED PUSH 220+214J01LW015LB9141GND SWITCH-LIGHTED PUSH 220A40+204J01KAAMS LIGHTED SWITCH 220A40+204J01LWAMR LIGHTED SWITCH 220A40+204J01LWBEH LIGHTED SWITCH 220A40+214J01KAWAKV LIGHTED SWITCH 220A40+214J01KVRALA LIGHTED INDICATOR 220A40+214J01KWA5008 LIGHTED SWITCH 220A40+214J01KWWAKU SWITCH 220VK+204J01K0010CRU SWITCH 220VK+204J01K0017CRT SWITCH 220VK+204J01K0017CRV SWITCH-LIGHT PUSHBU 220VK+204J01L0010CRN SWITCH-LIGHTED PUSH 220VK+214J01K00416179 SWITHC LIGHTED PUSH 220VK+214J01K00636177 SWITCH LIGHTED 220VK+214J01K0063CLP SWITCH 220VK+214J01K0065CMC SWITCH LIGHTED PUSH 220VK+214J01K0065CMD SWITCH 220VK+214J01K00666163 SWITCH LIGHTED 220VK+214J01K0066CMY SWITCH-LIGHTED PUSH 220VK01+204J01L0010DBM SWITCH LIGHTED 220VK01+204J01L0010DBV SWITCH-LIGHTED PUSH 220VK01+204J01L0017DBY SWITCH-LIGHTED PUSH 220VK01+204J01L0017DCD SWITCH-LIGHTED PUSH 220VK01+204J01L0017DBK SWITCH LIGHTED 220VK01+214J01K00416317 SWITCH-LIGHTED PUSH 220VK01+214J01K0081CUZ SWITCH-LIGHTED PUSH 220VK01+234J01K00246316 SWITCH-LIGHTED PUSH 240A00+204J01KAAMW SWITCH 240A00+204J01KABAB SWITCH 240A00+204J01KABNS LIGHTED INDICATOR 240A00+214J01KWABHJ SWITCH 240A00+214J01KZAAKZ LIGHTED INDICATOR 240VK+204J01K0010CRA SWITCH LIGHTED PUSH 240VK+204J01K0010CRH ANNOUNCIATOR 240VK+214J01K0064CMB ANNOUNCIATOR 240VK01+214J01K0051CUY ANNOUNCIATOR-LIGHTT Only new items are acceptable; reconditioned or used materials are NOT acceptable. The USCG WILL NOT BE ABLE TO PROVIDE MANUALS OR DRAWINGS FOR THIS REQUIREMENT. Suppliers must be able to provide necessary certifications including a Certificate of Conformance and traceability to the OEM for the below parts. Traceability means that the supplier must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. Responses to this notice should include company name, address, and telephone number, point of contact (POC) and complete product details, brochures, etc. which will allow the USCG to understand your product, configurations, auxiliary equipment, and options. Also, state the approximate lead-time after receipt of an order for acquiring your product. Please provide the details and terms of any standard warranty included with the product. Additionally, provide a response on whether the product has or has not been qualified for use in any Department of Defense or Federal Government Aircraft. Responses can be for all or for a few of the part numbers listed. The Government considers the applicable NAICS code is 336413-Other Aircraft Parts and Auxiliary Equipment Manufacturing. Please respond to the following questions (1) Is your business a large or small business and how many employees? (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) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? (9) 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 in the Federal Business Opportunity website. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors 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 USCG to award any contract. Responses to this sources sought notice shall be mailed to Deborah Krull at United States Coast Guard, Elizabeth City, North Carolina, 27909-0501 or e-mailed to Deborah.Krull@uscg.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 22 June 2012 at 15:45 hours (3:45 PM 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 acquisition 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 offerors list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG3812S010018/listing.html)
 
Place of Performance
Address: MRS DIVISION, 1060 CONSOLIDATED ROAD, USCG/MRS/ALC, ELIZABETH CITY, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN02768397-W 20120608/120607000505-123adee57cea3ebcdcb2a72ae818b8e8 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO 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.