SOLICITATION NOTICE
U -- Notice of Intent to Sole Source -- 54H60-91/117 Propeller Line Maintenance Course
- Notice Date
- 4/5/2018
- Notice Type
- Presolicitation
- NAICS
- 611430
— Professional and Management Development Training
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commandant (CG-912), U.S. Coast Guard Headquarters, 2703 MARTIN LUTHER KING JR AVE SE, STOP 7828, Washington, District of Columbia, 20593-7828, United States
- ZIP Code
- 20593-7828
- Solicitation Number
- 70Z023-18-P-PBF01400
- Archive Date
- 5/4/2018
- Point of Contact
- Christopher A. Wellons, Phone: 2024753237, Melanie B. Pollard, Phone: 2024753782
- E-Mail Address
-
christopher.a.wellons@uscg.mil, Melanie.B.Pollard@uscg.mil
(christopher.a.wellons@uscg.mil, Melanie.B.Pollard@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- The Department of Homeland Security (DHS) United States Coast Guard (USCG), intends to issue a sole source, Firm-Fixed Price (FFP) Purchase Order (PO) under the authority of FAR 13.106-1(b)(1)(i). The Government intends to award to Hamilton Sundstrand Corporation located at 1 Hamilton Rd. Mailstop 2-M-1-A in Windsor Locks, CT, 06096-1000 for the purposes of obtaining an aircraft maintenance training course for training on the Hamilton Sundstrand 54H60-91/117 aircraft propeller system installed on the HC-130H. The USCG employs a bi-level maintenance structure consisting of depot level maintenance and organizational level maintenance. The USCG Aviation Logistics Center coordinates depot maintenance for the aircraft, while each Air Station is responsible for organizational level maintenance. The USCG operates eighteen HC-130H aircraft out of four different CG Air Stations throughout the continental US. The CG, Chief of Aeronautical Engineering (CG-41) manages a network of CG enlisted aircraft mechanics at these Air Stations, who provide safe and operable aircraft ready to perform the various CG missions on a moment's notice. In order to ensure safe, economical and effective operational employment of these aircraft, the CG needs personnel properly trained in maintaining the 54H60-propeller system. In order to meet mission requirements, this training will enhance all HC-130H aviation units' assembly; maintain spare propeller assemblies, and maintain the ability to troubleshoot, remove, and replace propeller assemblies on the C-130 H aircraft. The propeller assemblies on the HC-130H transport are Hamilton Sundstrand model 54H60-91/117 that utilizes four Hamilton Sundstrand 54H60-91/117 propellers. These propellers are very complex and are expensive mechanisms, which are necessary for flight and play a fundamental role in maintaining controllability of the aircraft on the ground and in flight. In addition, the HC-130H has an older model propeller, and as such, training is not readily offered or available in a market that no longer supports it. Awarding to another source would cause unacceptable delays in fulfilling the agency's requirements, risks involved that will interfere with and cause unacceptable delays in the USCG's mission, and substantial duplication of costs to the Government that is not expected to be recovered through competition. This notice of intent is not a request for competitive proposals. If parties choose to respond, any cost associated with preparation and submission of data or any other cost incurred in response to this announcement are the sole responsibility of the respondent and will not be reimbursed by the Government. The anticipated date of award is 19 April 2018. The period performance is a one (1) base year with four (4) one-year option periods. A determination by the Government not to compete this requirement, based on responses to this notice, is solely within the discretion of the Government. Information received will be considered solely for determining whether to conduct a competitive procurement. The point(s) of contact for this purchase are listed below:
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/70Z023-18-P-PBF01400/listing.html)
- Place of Performance
- Address: The primary place for performance will be held at a Hamilton Sundstrand facility., United States
- Record
- SN04880548-W 20180407/180405231824-36d37f670f3b4c84fde188dbf4b4343f (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 |