Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 10, 2015 FBO #4795
SOURCES SOUGHT

H -- Automatic Wiring Analyzer Services

Notice Date
1/8/2015
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-15-I-500002
 
Archive Date
2/17/2015
 
Point of Contact
Christy H. McKethan, Phone: 252356541
 
E-Mail Address
Christy.H.McKethan@uscg.mil
(Christy.H.McKethan@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Notice Type: Sources Sought Solicitation Number: HSCG38-15-I-500002 Posted Date: 8 January 2015 Response Date: 2 February 2015 @ 4:30pm EST Archive Date: TBD Classification Code: H216 - Equipment and Materials Testing-Aircraft Components and Accessories NAICS Code: 334515 - Instrument Manufacturing for Measuring and Testing Electricity and Electric Signals Title: Automatic Wiring Analyzer Services Contracting Office Address: United States Coast Guard (USCG) Aviation Logistics Center (ALC) Engineering Services Division (ESD) Procurement Building 78 1664 Weeksville Road Elizabeth City, NC 27909 Description This is a sources sought synopsis only, not a solicitation announcement. This is NOT a request for proposals or quotes and in no way obligates the Government to award any contract. The USCG is conducting market research to seek sources that can provide comprehensive Automatic Wiring Analyzer (AWA) testing services on both fixed and rotary wing aircraft. The USCG currently utilizes AWA model numbers 2115-S17-0860 and 2524-12B-0037 manufactured by Drive-In Theater Maintenance Company (DIT-MCO). The USCG requires a responsible company that can provide an AWA with the same (or better) capability of the existing AWA, and any other equipment/components that are required to comprise complete, stand-alone fully, operational AWA services. The contractor will need to be able to not only provide all required equipment for testing, but all personnel, tools, training, and support required to provide these services. The contractor will maintain ownership of all machines and equipment and will be available at short notice to perform the testing services at the ALC facility in Elizabeth City, NC. The contractor shall have the capability to provide the wiring testing services to a minimum of three aircraft, which could be up to 10,000 wires, at a time. Responses Responses to this notice should include company name, address, telephone number, and point of contact (POC). Please respond to the following questions: 1. Description and specifications of the AWA that is capable of performing the required tasks. 2. Demonstrate that the AWA is 100% compatible with all the Test Program Sets and data storage software that is currently in use at the locations where this system will be utilized. 3. Please indicate how long of a lead time would your company need to facilitate the testing of the aircraft as well as any drop-in maintenance. 4. Is your business a large or small business and how many employees? 5. What NAICS code does your company use for this type of service? 6. 7. If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? 8. If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? 9. Is your firm a certified hub zone firm? 10. Is your firm a woman-owned or operated business? 11. Is your firm a certified Service-Disabled Veteran-Owned? 12. Is your product listed on a GSA schedule? 13. Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? 14. 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 on 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. 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. Closing date and time for receipt of response is 1 February 2015 @ 4:30pm EST. E-mail responses are preferred and may be sent to Christy.H.McKethan@uscg.mil. Please indicate HSCG38-15-I-500002 in subject line. Responses may also be mailed to the following address: USCG ALC 1664 Weeksville Road ESD Building 78, HSCG38-15-I-500002 Attn: Christy McKethan Elizabeth City, NC 27909
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-I-500002/listing.html)
 
Record
SN03612122-W 20150110/150108235404-b19786920cbd97867e5ed1f00477fe63 (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.