SOURCES SOUGHT
16 -- Overhaul various Boost Packs for the USCG HC-130H Aircraft
- Notice Date
- 10/22/2012
- 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
- HSCG38-13-I-H00002
- Archive Date
- 11/16/2012
- Point of Contact
- Denise P Hall, Phone: 252-334-5369
- E-Mail Address
-
denise.p.hall@uscg.mil
(denise.p.hall@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A SOURCES SOUGHT NOTICE/Request for Information (RFI). In accordance with Federal Acquisition Regulation part 10.002(iii) the U.S. Coast Guard is conducting Market Research to identify sources certified by the Federal Aviation Administration (FAA) with the capability to overhaul the following equipment in accordance with Air Force Technical Orders: Overhaul Aileron Boost Pack, Part Number (P/N) 374455-7 and 374455-1 in accordance with AFTOs 9H2-4-96-13 and -14, estimated quantity is 15 per contract period ; Elevator Boost Pack P/Ns 374461-5 and 374461-605 in accordance with AFTO 9H222-4-44-23 and -24, estimated quantity is 10 per contract period; and Rudder Boost Pack P/Ns 372021-11, 372021-5 and 372021-7 in accordance with AFTO 9H2-4-96-23, estimated quantity is 10 per contract period. The original equipment manufacturer is Lockheed Martin, Cage Code 98897. The U.S. Coast Guard is contemplating issuing a formal Request for Proposal for firm fixed prices for overhaul of the Boost Packs stated above for an Indefinite Delivery Requirements Contracting consisting of a 12-month Base Period and four (4) 12-month Option Periods. Work will be performed by the issuance of individually funded Task Orders. The U.S. Coast Guard does not maintain nor release the AFTO's specified. The AFTOs are releasable per the terms of Air Force Instruction 61-204, dated 30 August 2002. To obtain the necessary Air Force Technical Orders contractors must first be registered as a certified U.S Contractor with the Defense Logistics Support Center (DLSC. Contractors desiring certifications must submit a DD Form 2345 "Export Controlled DoD Technical Data Agreement" to DLSC. Questions may be referred to DLSC at 1-800-352-3572. Approved DD Forms 2345 must then be forwarded with the contractors request for the specified technical orders to Oklahoma City Air Logistics Center, 848 CBSG/OMR Tinker AFB, OK 73145-5989. The U.S. Coast Guard does not control the U.S. Air Force technical order process. In addition to requiring overhaul work to be performed in accordance with the AFTO's the Government intends to solicit firm fixed prices for each contract period for the following replacements parts for work over and above the AFTO overhaul instructions: Sleeve & Plunger P/N 137400-1; Sector P/N 341334; Shaft P/N 363497-1; Damper P/N 364699-1; Manifold P/N 341417-5; Manifold P/N 374520-5; Body P/N C5803-12 and Bell Crank P/N 341332. Responses to this RFI should include the following: a) name and address of the contractor; b) Cage Code and indicate if registered in CCR; c) point of contact including name, title, phone, and email address; d) state whether the business is currently classified as Large, Small, Small Disadvantaged, 8(a), HubZone Small Business, Women Owned, Veteran Owned, Service Disabled Veteran Owned Small business under NAICS Code 336413; and e) information regarding repair and overhaul capabilities,FAA certification, OEM Certification, or Air Force Certification. The NAICS code is 336415 and the small business size standard is 1000 employees. Responses should be submitted to the Contract Specialist, Denise.P.Hall@uscg.mil. This notice does not constitute a Request for Proposal and is not to be construed as a request for an offer or a quote. Therefore there will be no evaluation of responses to this RFI for contract award purposes. Respondents deemed qualified will be considered in any resulting future solicitation where proposals will be requested. There is no date set for a resulting solicitation or if a solicitation will be issued. All submitted materials will be designated for Government Use Only. No reimbursement will be made for any costs associated with providing information in response to this announcement and any follow up information requests. Questions regarding this Request for Information/Sources Sought Notice shall be submitted in writing to the email address above. Interested companies are encouraged to respond to this Notice as soon as possible and not later than November 1, 2012 (no set time). The Government intends to review responses on November 2, 2012.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-13-I-H00002/listing.html)
- Record
- SN02917407-W 20121024/121022234022-945183f9d674acad514537f33b44ba0a (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 |