SPECIAL NOTICE
16 -- AIRCRAFT COMPONENTS AND ACCESSORIES
- Notice Date
- 3/18/2020 10:11:12 AM
- Notice Type
- Special Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03820QW0000088
- Response Due
- 3/27/2020 6:00:00 AM
- Archive Date
- 04/11/2020
- Point of Contact
- Denise M Coley, Phone: 2523356562, Fax: 2523345427, Monique Swinson, Phone: 2523356142
- E-Mail Address
-
denise.m.coley@uscg.mil, monique.h.swinson@uscg.mil
(denise.m.coley@uscg.mil, monique.h.swinson@uscg.mil)
- Description
- FAC 2020-04 EFFECTIVE 15 JAN 2020 APPLICABLE. This Special Notice of Intent to Award combined/synopsis constitutes the only solicitation. A written solicitation will not be issued. Solicitation number 70Z03820QW0000088 is issued as a Special Notice of Intent to Award to the Aircraft OEM, ALENIA AERMACCHI (A1512) FINMECCANICA S.PA. �When in receipt of evaluation or baseline price quotes only, the government reserves the right to issue a purchase order based on the government estimate of the commercial buy as applicable based on the government�s historical pricing data.� Contingent upon availability of funding, using Simplified Acquisition Procedures, the USCG Aviation Logistics Center (ALC) intends to award a purchase order to the fully capable vendor FINMECCANICA S.PA that quotes the overall best value to the government. With exception of the Aircraft OEM, a capable vendor must be deemed capable by USCG Aviation Logistics Center Medium Range Surveillance Division�s Engineering Department (ALC MRS) and therefore must be a FAA Certified Service Facility, and/or an OEM approved distributor facility, be in legal possession of all current OEM Data required to complete the commercial buy, and be able to certify the accessories and parts are for the HC-27J. This solicitation will not be extended or the award delayed for a vendor to submit their quote for capability determination or for registration in WWW.SAM.GOV .� If not previously deemed capable by ALC MRS item manager(s), engineering, vendors who believe they would otherwise qualify based on the aforementioned criteria are encouraged to contact Mr. Beasley, Mr. Meek, Mr. Vigo (252) 344-5395/5448/5268 for a capability evaluation and determination toward future awards consideration.� The applicable North American Industry Classification Standard Code is 336413. The Coast Guard intends to issue a firm fixed price purchase order to the Aircraft Original Equipment Manufacturer (OEM) for spares as follows: NSN: 4330-15-136-6006, FILTER, ELEMENT, P/N AC-9709F-1, QTY 8 EA: MFGCD: A0303 AOG! NSN: 1560-15-110-7970, RETAINER ASSY, FEMALE, P/N 22242-001, QTY 6 EA: MFGCD: A0170 NSN: 1560-15-110-7971, RETAINER, ASSY, MALE, P/N 22243-001, QTY 6 EA: MFGCD: A0170 NSN: 4730-01-HS3-4139, DRAIN, TEFLON, P/N G2252824020-105, QTY 5 EA: MFGCD: A0170 NSN: 1680-01-HS3-1148, SHIELD, HUD, P/N G2219248512-002, QTY 2 EA MFGCD: A0019 NSN: 5310-01-HS3-1810, WASHER, FLAT, P/N 23417-101, QTY 15 EA: �MFGCD: A0170 NSN: 1560-15-057-9020, FILLER, P/N SM2354, QTY 1 EA: MFGCD: A0303 NSN: 1660-01-HS3-4136, LH AVI RACK BLANKET, P/N G2213929262-003, QTY 4 EACH. MFGCD: A0170 WORK STOP! NSN: 1680-15-060-1876, ROD ASSY, P/N 68127-001, QTY 4 EA NSN: 1680-15-200-8099, LOAD MASTER CP, P/N 727-0322/02MOD01, QTY 1 EA NSN: 1680-01-HS3-0558, SHACKLE, P/N 28028-101, QTY 10 EA NSN: 1680-01-HS3-3778, ATTITUDE VAR SYS, P/N RMA1450R05M22663A01, QTY 2 EA: � NSN: 1680-01-HS3-1153, ECS OUTLET ADAPTOR, P/N RMA1642R02M22595A02, QTY 5 EA NSN: 1680-01-HS3-4120, CARGO DOOR, UPLOCK, P/N RMA1491R02M22490A01, QTY 9 EA The Coast Guard does not own nor can provide the OEM�s Service Manuals, Service Bulletins, or Proprietary Data. The Aircraft OEM is FINMECCANICA S.PA. PIAZZA MONTE GRAPPA 4 ROME ITALY 00195, Cage Code A1512, and their domestic facility is BRUZZONE SHIPPING INC, 224 BUFFALO AVENUE, FREEPORT NY 11520, the cage code is A2142.� A standard information packet and sole source justification document(s) as applicable is attached to this Special Notice of Intent to Award. The closing date for this intent to award notice is MAR 24, 2020 at 9:00 AM EST.� Anticipated award date is on or about MAR 24, 2020 with an anticipated required delivery date of all items on or before DEC 30, 2020. � This special notice of intent to award is posted on WWW.FBO.GOV in compliance with and in accordance with Federal Acquisition Regulations Part 5.101 (Methods of Disseminating Information). Award will be made upon determination of fair and reasontity of twenty four (24) at the same price as the original order, for up to three hundred and sixty-five (365) days after the initial award date.***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor. Only the items requested in this solicitation will be considered for award.� All parts shall come from the Original Equipment Manufacturer (OEM) Triumph Actuation Systems (Cage Code 33068) or an ALC MRR Engineering Source.� Transaero Inc. (Cage Code 27541) is the only known OEM approved source. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.� Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew.� The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight.� Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation.� Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance to the OEM.� The Federal Aviation Regulation, Part 21, outlines certification procedures.� The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including manufacturer's COC or their own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. All parts shall be NEW approved parts. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 - �TERMS AND CONDITIONS � 70Z03820QJ0000118� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.� �SEE ATTACHMENT 2 - �REDACTED J AND A � 70Z03820QJ0000118� Clos(252) 335-6562
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/b02ee40ff8704fe99f7bbcac427723f2/view)
- Place of Performance
- Address: Elizabeth City, NC 27909, USA
- Zip Code: 27909
- Country: USA
- Zip Code: 27909
- Record
- SN05592770-F 20200320/200318230216 (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 |