SOURCES SOUGHT
J -- C-37A Auxiliary Power Unit Service Program
- Notice Date
- 11/1/2018
- 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
- 70Z03819IH0000001
- Archive Date
- 12/1/2018
- Point of Contact
- Victoria H. Kocher, Phone: 252.334.5209, Nancy F DeBerry, Phone: 252-335-6291
- E-Mail Address
-
victoria.h.kocher@uscg.mil, nancy.deberry@uscg.mil
(victoria.h.kocher@uscg.mil, nancy.deberry@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This sources sought synopsis is issued solely for information and planning purposes and to gain knowledge of potential sources capable of fully satisfying a potential requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not binding on the Government. Further, unsolicited proposals will not be accepted. Funding is not available at this time. The United States Coast Guard (USCG) has not made a commitment to procure any of the services discussed. All submissions become Government property and will not be returned. Not responding to this sources sought notice does not preclude participation in any future RFP if any is issued. The United States Coast Guard Aviation Logistics Center is conducting market research to identify any and all potential sources capable of providing a comprehensive service program for off-wing repair and/or overhaul of the APU on Coast Guard owned C-37A aircraft. Repair and overhaul include all scheduled and unscheduled maintenance requiring removal of the APU from the aircraft, including 10,000-hour overhaul. During any repair or overhaul, a contractor provided APU is required to be delivered and installed on the aircraft at any location worldwide. Removal and off-wing repair or complete overhaul of government owned APU shall be in accordance with OEM overhaul procedures and any other relevant FAA or Gulfstream requirements. Contractor will be required to reinstall the repaired or overhauled APU at any location worldwide. Contractor will be required to provide all logistics, support equipment, transportation, testing, and approval to return to service associated with the removal and installation of both Government owned and Contractor owned APU. The North American Industry Classification System (NAICS) code is 336413 Other Aircraft Part and Auxiliary Equipment Manufacturing with a Small Business Size Standard of 1,250 employees. The Product Service Code is J016 Maintenance and Repair of Aircraft components. Responses to this notice should include company name, address, telephone number, POC, CAGE code, business size, and any 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. Please respond to the following questions in addition to submission of your company's capability statement: 1.Does your company currently provide C-37A APU overhaul and loaner services? 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.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 repair and overhaul the C-37A APU? 3.Is your company a large or small business? If small, define your company's socioeconomic classification. 4.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% 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? 5.Does your company offer a warranty on work performed and on parts provided? If yes what is the standard warranty? 6.What is your company's standard response time and terms for removal of C-37A APU and installation of loaned equipment? Do you provide worldwide service? 7.Are these items treated as commercial or non-commercial by your company? 8.What information does your company need from the Government to provide a Firm Fixed Price proposal for this type of item? 9.Does your company have any other questions or concerns? Any questions should be submitted via email to Victoria Kocher at Victoria.H.Kocher@uscg.mil not later than November 09, 2018. Responses to this RFI along with any white papers, capability statements, price list/catalog pricing, company literature, and brochures shall be emailed (limit of 10 MB) to Victoria Kocher, or mailed to Commanding Officer, Aviation Logistics Center, LRS Product Line Div., HMF 1, 1664 Weeksville Road, Elizabeth City, NC 27909, ATTN: Contracting Officer. Telephone responses will not be accepted. Responses must be received no later November 16, 2018 at 2:00 p.m. EST. 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 Federal Business Opportunities (FedBizOpps) website, www.fbo.gov. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. Again, this is not a request for proposals and in no way obligates the Government to award any contract. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. 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 any solicitation announcement separately from the responses to this announcement. Responses to this sources 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/70Z03819IH0000001/listing.html)
- Record
- SN05140542-W 20181103/181101230742-548a0751e08f7db482f9a003fb1e3936 (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 |