SOLICITATION NOTICE
16 -- Repair of one (1) MX-20Turret, PN 40359-05 - Required Documents
- Notice Date
- 6/3/2015
- Notice Type
- Justification and Approval (J&A)
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- 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-Q-300081
- Archive Date
- 7/30/2015
- Point of Contact
- Belinda T. Watkins, Phone: 252 334-5209, Theresa Alkeus, Phone: 2523345174
- E-Mail Address
-
belinda.t.watkins@uscg.mil, Theresa.L.Alkeus@uscg.mil
(belinda.t.watkins@uscg.mil, Theresa.L.Alkeus@uscg.mil)
- Small Business Set-Aside
- N/A
- Award Number
- HSCG38-15-P-300238
- Award Date
- 6/30/2015
- Description
- Redacted Justification Statement of Work This notice is prepared in accordance with (IAW) FAR 5.207 and is not a request for quote (RFQ). RFQ number HSCG38-15-Q-300081 is assigned for tracking purposes only. This is a notice of the Government's intent to award one (1) order with firm-fixed prices to the Original Equipment Manufacturer (OEM), L3 Communications Inc. Wescam Division, Burlington, Ontario L7P5B9 on a sole source basis for the repair of one (1) MX-20 Turret, PN 40359-05. The MX-20 Turret is part of the Forward Looking Infrared Camera system used on the Coast Guard's HC-130H aircraft. The Turret is a commercial item in accordance with FAR 2.101. Fob: Destination Period of Performance will begin at award through delivery. Set Aside: Pursuant to FAR 6.302-1, Only One Responsible Source and No Other Supplies or Services will Satisfy Agency Requirements, under the authority of the Competition in Contracting Act (CICA), 41 U.S.C 2304(d)(1)(B). The Contracting Officer has determined that there is not a reasonable expectation of obtaining offers from two or more responsible small business concerns; therefore the small business set-aside is dissolved. This requirement is unrestricted. All responsible sources may submit a capability statement or quotation which will be considered by the agency. Interested parties are advised that the minimum qualifying standard for technical acceptability is the possession of an OEM license to perform the work. Anticipated date of award: On or about June 30, 2015
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-Q-300081/listing.html)
- Place of Performance
- Address: 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
- Zip Code: 27909
- Zip Code: 27909
- Record
- SN03752408-W 20150605/150603235645-cb9c8765ec52a15a07b46e0b899e0711 (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 |