Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 24, 2013 FBO #4110
SOURCES SOUGHT

16 -- R391 Propeller Overhaul/Repair Services and Technical Support for the USCG HC-130J aircraft

Notice Date
2/22/2013
 
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-H00004
 
Archive Date
3/23/2013
 
Point of Contact
Cindy A Boone, Phone: 252-384-7182, Claudette Y Surrento, Phone: 252-335-6219
 
E-Mail Address
cynthia.a.boone@uscg.mil, Claudette.Y.Surrento@uscg.mil
(cynthia.a.boone@uscg.mil, Claudette.Y.Surrento@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT NOTICE HSCG38-13-I-H00004 R391 Propeller Overhaul/Repair Services & Technical Support for the USCG HC-130J The United States Coast Guard Aviation Logistics Center Long Range Surveillance Product Line is conducting market research to determine the extent of sources capable of repairing and overhauling the following for the USCG HC-130J R391 Propeller: Nomenclature: R391 Propeller, P/N 697039001 Nomenclature: Pitch Control Unit, P/N 697053003 Nomenclature: Brush Block Assembly, P/N 697057217 or Alternates 697057225, 697057229, 697057230, 697057232, 697057233 Nomenclature: Blade Assembly, P/N 697040215-14 or Alternates 697040211-14, 697040214-14 Nomenclature: Single Pulse, Probe Lead, P/N 697057219 Nomenclature: Spinner, P/N 697056002 Nomenclature: Tube Assembly, Beta Nomenclature: Dual Pulse Probe Lead, P/N 697057221 Nomenclature: Hub Assembly, P/N 697040221 Nomenclature: Deicing Timer Unit Mobile, P/N 699006002 Nomenclature: Deicing Timer Unit Chassis, P/N 699007001 Nomenclature: Brush Block Unit, P/N 697057004 The offeror must provide Spares and Consumable Provisioning in support of overhaul/repair and provide Technical Support Services. Original Equipment Manufacturer: GE Aviation LLC, Dowty Propellers A response to this notice is NOT a request to be added to a prospective offers list or to receive a copy of the solicitation. The Government will use responses from this sources sought synopsis to make an appropriate decision about soliciting this requirement. This is neither a solicitation nor request for proposal. It does not obligate the Government to any contract award. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 336413. This is neither an announcement nor Request for Proposal. Submission of any information in response to this market survey is purely voluntary; the Government assumes no financial responsibility for any costs incurred. If your organization has the potential capacity to perform these contract services, please provide the following information: 1) Organization name, address, email address, Web site address, telephone number, and size and type of ownership for the organization; and 2) Tailored capability statements addressing the particulars of this effort, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. The Government will evaluate market information to ascertain potential market capacity to 1) provide services consistent in scope and scale with those described in this notice and otherwise anticipated; 2) secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements; 3) implement a successful project management plan that includes: compliance with tight program schedules; cost containment; meeting and tracking performance; hiring and retention of key personnel and risk mitigation; and 4) provide services under a performance based service acquisition contract. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET ASIDE FOR SMALL BUSINESSES OR PROCURED THROUGH FULL AND OPEN COMPETITION, and multiple awards MAY be made. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. Submission Instructions: Interested parties who consider themselves qualified to perform the above listed services are invited to submit a response to this Sources Sought Notice by 3:00 pm, 8 March 2013 EST. All responses to this Sources Sought Notice must be emailed to Contract Specialist Cynthia Boone at Cynthia.a.boone@uscg.mil. Responses to this sources sought notice shall be limited to 20 pages and shall include the following: 1.Company profile to include company name, office location(s), DUNS/CAGE Code number, email address, and a statement regarding current small/large business status (i.e. - certified 8(a), Service Disabled Veteran-Owned (SDVOSB), Woman-Owned (WOSB), Economically Disadvantaged Woman-Owned (EDWOSB), or certified HubZone). Large Businesses ARE permitted to respond to this sources sought notice. 2.The annual average professional services revenue for the last 3 years. 3.The number of employees by discipline. 4.Name, title, address, phone number, email address of company point of contact. 5.Management approach to staffing this effort with qualified personnel. 6.Prior/current experience performing efforts of similar size and scope within the last six years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government/customer point of contact with current phone number and email address, and a brief description of how the referenced contract relates to the services described herein. 7.Primary risk areas and/or potential issues associated with an acquisition of this type. How do you propose to mitigate any risk(s)? 8.Please discuss approaches to completion and management of workload surge (i.e. numerous projects at different installations) with commencement and completion dates all within the same general time period? Respondents are encouraged to review the information requested above carefully and ensure a complete response for thorough consideration. Respondents shall note that the Government will not return any information submitted in response to this notice. The Government is not responsible for any costs incurred by respondents regarding any responses to this notice. [Responses to this sources sought notice shall be submitted to the POC above, preferably via email address (PDF or MS Word Format), no later than 3:00 p.m., 8 March 2013 EST.]
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-13-I-H00004/listing.html)
 
Record
SN02994618-W 20130224/130222234838-4387cf637e9d4d4bc27e6120effed44b (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.