Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 31, 2015 FBO #4998
SOURCES SOUGHT

16 -- Overhaul of Hydraulic pump

Notice Date
7/29/2015
 
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, 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-S-J00016
 
Archive Date
8/30/2015
 
Point of Contact
Tammy Bunting, Phone: 252-335-6815
 
E-Mail Address
Tamela.S.Bunting@uscg.mil
(Tamela.S.Bunting@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
HSCG38-15-S-J00016 Sources Sought for Overhaul of Hydraulic pump This is not a solicitation announcement. This is a sources sought notice 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 notice is to gain knowledge of any potential commercially available qualified sources and their size classification (HUBZone, 8(a), Small, Small Disadvantaged, Large, etc. ) relative to NAICS 336413. The United States Coast Guard (USCG) Aviation Logistics Center (ALC) is seeking sources that have the skills, experience, and knowledge required to successfully repair/overhaul the following Hydraulic Pump used on MH-60T aircraft. Nomenclature National Stock Number Part Number Action Hydraulic Pump 4320-01-207-7228 53023-06 or 70652-02300-050 Overhaul The North American Industry Classification System (NAICS) code is 336413 with a Small Business Size Standard of 1,000 employees. Responses to this notice should include company name, address, telephone number, point of contact (POC), business size, responses to specific questions below, and any additional information which will allow the USCG to understand your full capabilities. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. 1. Does your company currently overhaul the hydraulic pump listed above? If so, who is the customer? What is the period of performance and contract number? Please provide a technical and contractual point of contact (POC). 2. Is your company certified by Naval Supply Weapons Systems Support (NAVSUP WSS), Philadelphia, PA or U.S. Coast Guard Aviation Engineering to repair and/or overhaul the hydraulic pump listed above? 3. Where is your company's overhaul facility located? Does your company have all parts, material, labor, tooling, fixtures, jigs, repair manuals, test equipment, and facilities necessary to overhaul the hydraulic pump listed above? 4. Is your company a large or small business? If small, define your company's socioeconomic classification. 5. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), "At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern."Does your company send out work to subcontractors? If so, how much work and what type is subcontracted? 6. Does your company offer warranty on this type of requirement? If yes, what is the standard warranty? 7. What is your company's standard delivery time and terms for this type of requirement? 8. Are these services treated as commercial or non-commercial by your company? 9. Is the overhaul of the hydraulic pump listed above proprietary to your company? 10. What information does your company need from the Government to provide a Firm Fixed Price proposal for this type of service? 11. Is this requirement subject to the Service Contract Labor Standards? If not what exemption applies? 12. Is this requirement remanufacturing of equipment which is so extensive as to be equivalent to manufacturing are subject to 41 U.S.C. chapter 65? If yes why? 13. Does your company have any other questions or concerns? After the review of the responses to this sources sought notice, and if the Government still plans to proceed with the requirement, a solicitation announcement will be published at www.fbo.gov if competitive. Responses to this sources sought notice are not adequate response to any future request for proposal announcement. All interested offerors will have to respond to a request for proposal in addition to responding to this sources sought notice. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Again, this is not a request for proposals and in no way obligates the Government to award any contract. Responses to this sources sought notice along with any capability statements, company literature, brochures shall be emailed to MRR-PROCUREMENT@USCG.MIL and shall reference HSCG38-15-S-J00016 in the subject line. Responses must be received no later than 15 August 2015 at 1:00 p.m. EST. 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 a solicitation announcement separately from the responses to this announcement. Responses to this sources sought notice are NOT a request to be added to a prospective offers list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this sources sought.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-S-J00016/listing.html)
 
Place of Performance
Address: Contractor's Facility, United States
 
Record
SN03814611-W 20150731/150729235318-78c4584e0899ba204fb850a79b0003a0 (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.