SOURCES SOUGHT
36 -- Portable Paint System for de-painting and painting USCG HC-130H/J landing gear wheel wells.
- Notice Date
- 6/5/2017
- Notice Type
- Sources Sought
- NAICS
- 333912
— Air and Gas Compressor 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
- HSCG38-17-I-C00003
- Archive Date
- 7/8/2017
- Point of Contact
- Joshua M. Stoddard, Phone: (252)384-7182
- E-Mail Address
-
Joshua.M.Stoddard@uscg.mil
(Joshua.M.Stoddard@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for potential sources capable of supplying a Portable Paint System for the purposes of de-painting and painting USCG HC-130H/J landing gear wheel wells. This is not a solicitation announcement. This is a sources sought synopsis only. This is not a request for proposal and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of potential sources capable of fully satisfying a potential requirement. The United States Coast Guard Aviation Logistics Center is conducting market research to identify any and all potential sources of supply for a Portable Paint System (PPS) for the purposes of de-painting and painting USCG HC-130H/J landing gear wheel wells, wing flap wells and aileron cove areas. Details of the Government's requirements are as follows: De-painting and painting both main and nose landing gear wheel well areas, wing flap-wells and aileron cove areas is a requirement for HC-130H/J aircraft undergoing Programmed Depot Maintenance at the Aviation Logistics Center (ALC), Elizabeth City, North Carolina. Interested parties are informed that any system submitted for consideration in response to this notice must be OSHA and NESHAP compliant. The system shall contain a built in fire suppression system compliant with NFPA 409 regulations. The outer shell/framework construction must be of a non-permeable material able to withstand negative pressure without collapse. All seams/joints/fraying material surfaces shall be sealed from the outside environment. Air exhaust ports shall be located on the opposite side from the air intake port, capable of attaching portable air pollution control equipment (PAPCE). Any system submitted for consideration must encompass a three (3) stage NESHAP compliant filter system to capture particulates including chromates and active carbon filters to capture volatile organic compounds (VOCs). The system must be able to accurately monitor gas and chemical fire suppression. The system should be able to establish air flow pattern (the number of PAPCE machines will be directionally proportional to the size of the PPS) to provide adequate negative chamber pressure. Systems for the landing gear wheel wells should consist of an environmental control unit and separate carts/booths for the aircraft's nose, and main landing gear wheel wells and be capable of being temporarily secured in place during operation. Systems for the wing flap wells and the aileron cove areas must be versatile such that these areas can be used with the aileron and aileron drive systems removed. Systems for the wing flap wells and the aileron cove areas must also supported both sides of the aircraft with wings installed. Systems must be large enough to accommodate two (2) people and all tooling and equipment necessary to complete the process. All of the systems should be portable and moveable with minimal disassembly required. Interested parties are advised that site visits may be required for on-site training which must include start-up instruction, disassembly and storage instruction. User manuals to also include on-site, routine maintenance must also be included. The Government may, at its discretion, establish dates and times for interested parties to view and take measurements such that minimum tolerances between the PPS and aircraft scaffolding can be considered. In no case will the Government entertain a system that requires extensive set-up/disassembly or presents additional safety hazards for pedestrian traffic in the hangar. Responses to this notice must include company name, address, telephone number, point of contact (POC), and evidence of possession of the aforementioned certifications and licenses issued by the OEMs. Responses to this notice must include 1) Business size; 2) If small, any further classification as a small business; and 3) Capabilities listing relative to the potential requirement described herein. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FBO. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested parties will have to respond to the solicitation in addition to responding to this sources sought synopsis. This is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the specification should provide a capability statement and copies of environmental compliance certifications as applicable to this requirement, company literature, brochures, or any other information that demonstrates how the specification can be met. Any questions concerning the technical specifications should be directed to AVI1 Jason Mills at Jason.L.Mills@uscg.mil. Questions of other than a technical nature should be directed to Joshua.M.Stoddard@uscg.mil. Responses to this sources sought notice along with any capability statements, company literature, brochures shall be mailed to Commanding Officer, Aviation Logistics Center, Heavy Maintenance Facility, Elizabeth City, NC 27909, ATTN: Contracting Officer. Telephone responses will not be accepted. Responses must be received no later than 23 June 2017, 4:00 p.m. EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. 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 that solicitation announcement separately from the responses to this announcement. Responses to this source sought notice will not result in automatic distribution of any future solicitation for these services. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-I-C00003/listing.html)
- Record
- SN04533087-W 20170607/170605235450-6b1771b06032d54fd35b33a4e6bee1da (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 |