SOURCES SOUGHT
J -- Repair and Overhaul for various Honeywell Components
- Notice Date
- 1/29/2020 8:49:53 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03820IL0000004
- Response Due
- 2/28/2020 1:00:00 PM
- Archive Date
- 03/14/2020
- Point of Contact
- Sheena Jordan, Phone: 2523356546
- E-Mail Address
-
sheena.d.jordan@uscg.mil
(sheena.d.jordan@uscg.mil)
- Description
- Sources Sought Notice � 70Z03820IL0000004 Sources Sought for Potential Repair and/or Overhaul Vendors for Various Honeywell Components. This is not a solicitation announcement. This is a sources sought synopsis 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 synopsis is to gain knowledge of any commercially available repair and/or overhaul vendors that may be of interest to the United States Coast Guard (USCG). This notice is to assist the USCG in determining the potential sources capable of repair/overhaul services for the items listed below. The Original Equipment Manufacturer (OEM) is Honeywell International.�� Responses to this notice should include company name, address, and telephone number, point of contact (POC), repair capabilities, certifications, etc. which will allow the USCG to understand your full capabilities. Also, provide evidence of possession of an OEM license to ensure access to the most current OEM data and OEM replacement parts. PART NAME���������������������� NSN�������������������PART NUMBER Alternating Generator;��6115-01-114-9696; �28B302-8-DM Fuel Control Assembly;� 2910-01-327-4184;� 3883420-1 Remote Control Head;��5963-01-577-9158;��1209-2160-Fa Valve-Secondary Flow Control; 4820-01-484-0244;�103698-3 Air Pressure Control; 1660-01-484-0253;�2119924-1 Power Supply � Emergency Light;�6140-01-305-9655;�60-3895-1 Inertial Embedded GPS;�1680-01-HS1-9523; 34209700-5N7A Inertial Embedded GPS;�1680-01-HS3-0057;� 34209700-WN7B-001 EGPWS;�5841-01-530-5537;� 695-1076-040-218-218 Cockpit Voice Recorder (CVR);� 5835-01-522-9881;��980-6022-011 Flight Data Recorder;� 6610-01-487-4626;� 980-4700-041 CNI System Processor;�5998-01-473-1680; 8519600-923 T.A.W.S; 6340-01-561-1670; 965-0779-001 Outflow Valve;1660-01-510-1166; 102150-2 Nacelle Interface Unit (NIU);�1560-01-476-3963; 2118908-4 Butterfly Valve;�4810-01-470-7884; 396308-4-1 Butterfly Valve;��4810-01-482-4911; 3290290-2-3 TCAS II Processor;�5841-01-470-8036; 066-50000-2930 Radar Treciever � Transmitter; �5841-01-433-9479;� HG9550AA01 Air Pressure Controller;�1660-01-527-5193; 2118932-5 Air Pressure Regulator;�1660-01-483-3094; 103036-5 EGI; 6605-01-615-5547; 3358481-5 Air Temperature Control Sensor; 1660-01-483-3091; 1151148-3-1 Butterfly Valve; 4820-01-437-6088; 109864-1 Temperature Control APU;� 6685-01-483-3154; �304820-1 Butterfly Valve; �4810-01-380-6588; �3290750-1-1 Butterfly Valve;��4810-01-483-3116;� 3291272-2-1 Flight Control Processor;� 6615-01-483-3217;� 8527198-901 TCAS Computer;� 5821-01-451-0760;� 066-50000-0108 Extended Handheld Download Unit; 7010-01-HS2-5987;� 69001074-060 Modern Signal Processor; 1680-01-HS2-6119; 1239-2250-FA Radar Control;� 5895-01-HS2-0471; �7008471-710 Modulating Valve;� 2995-01-159-4660;� 3214072-3 Radar Altimeter Receiver-Transmitter;� 5840-01-HS2-0373; HG7210CB01 EGI Computer; 6605-01-HS2-9746; HG9869AA1-001 Air Cycle Machine; 1660-15-202-7067;� 203920-3 BLD RAM Valve Air M; 1650-99-490-4335;� 4252B000-001 Controller � Flight AU; �6615-01-449-2899;� 6615-01-449-2899 EGPWS Computer; �5841-01-HS2-8835; �965-0779-002 Valve-Low Limit TEM; 1660-01-522-6902; �3291542-2 BLD Valve - Shutoff; 1650-99-133-3881; �4226B000-003 Valve; 1660-01-522-6899;� 3291510-1 Regulator � Air Flow; 1650-99-997-5751;� 4227B000-003 ECS Temp Control; 1680-15-202-9368; 1152496-2-1 SATCOM HPA; �5895-01-HS2-8677; 7520000-20140 SATCOM SDU;� 5821-01-HS2-8715; 7516118-24130 SATCOM HSD UNIT; �7025-01-643-7131;� 7520061-34010 SERVOMOTOR-AUTO.PIL;� 6615-01-225-8241;� 8503421-916 Please respond to the following questions: (1) Is your business a large or small? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified ""hub zone"" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Are you services listed on a GSA schedule? (8) Do you have other government agencies using your repair facility, and if so which agencies, provide POC�s and contract numbers? After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the repairs, a solicitation announcement will be published on FBO. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offers will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, 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 are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Any questions concerning the technical questions should be directed to Mr. John Turmelle at John.F.Turmelle@uscg.mil and any contractual questions should be directed to Ms. Sheena Jordan at Sheena.D.Jordan@uscg.mil. Include the Sources Sought # 70Z03820IL0000004 in the subject line. Telephone responses will not be accepted. Responses must be received no later than February 28, 2020 at 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 contract 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 sources sought synopsis 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.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/5e36a4d965794500816c3194d1ff9a59/view)
- Record
- SN05546844-F 20200131/200129230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |