SOURCES SOUGHT
C -- C-27 Aircraft composite panels inspected and repaired
- Notice Date
- 9/30/2020 5:16:17 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
- 70Z03821IW0000001
- Response Due
- 10/20/2020 1:00:00 PM
- Archive Date
- 11/04/2020
- Point of Contact
- Sheena Jordan, Phone: 2523356546
- E-Mail Address
-
sheena.d.jordan@uscg.mil
(sheena.d.jordan@uscg.mil)
- Description
- SOURCES SOUGHT SYNOPSIS�������� 70Z03821IW0000001 CATEGORY: USCG HC-27J Aircraft composite panels inspected and repaired. CONTACT: Commanding Officer, USCG Aviation Logistics Center, 1664 Weeksville Road, Bldg. 63 Elizabeth City NC� 27909-5001 Sheena Jordan Contract Specialist sheena.d.jordan@uscg.mil Phone: 252-335-6546 Fax: 252-334-5427 SYNOPSIS: 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 commercially available services that may be of interest to the United States Coast Guard (USCG). This is a Sources Sought Notice and a Request for Information (RFI).� This is�NOT a solicitation and proposals are not being requested at this time.� Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and shall be provided at no cost to the Government. BACKGROUND: ����� The U.S. Coast Guard (USCG) currently operates seven (7) HC-27J Maritime Patrol Aircraft. The aircraft is manufactured by Leonardo SPA, Roma, Italy. These aircraft are procured under the authority of the Coast Guard Aviation Program Management Office. The end state for the fleet size is still under review but could include as many as 20 assets.� The projected number of Coast Guard assets over the next five years includes up to twenty operational HC-27J aircraft with each averaging 1200 flight hours annually.� USCG OBJECTIVES: To obtain a five year firm fixed price contract for services from a Federal Aviation Administration (FAA) Part 145 authorized overhaul and repair center or equivalent to effectively inspect, clean, overhaul, repair, and modify (if applicable), the listed HC-27J components to current OEM configurations while maintaining any CG specific requirements for return to service in a Ready For Issue (RFI) condition and CG operational use. The components must remain configured for installation on USCG HC-27J aircraft. To have all Components listed inspected, repaired and modified (if applicable) IAW OEM repair specifications, and Component Maintenance Manuals, including Revisions, Service Bulletins, Modifications, and Amendments.� Many of the composite components under this requirement will be removed from the aircraft during the aircraft maintenance cycle and are required for re-install prior to completion of the maintenance cycle.� Therefore, the mandatory turn time of 30 days after contractor receipt of the components is required. Component parts will be cleaned IAW applicable Component Maintenance Manuals or FAA Advisory Circular 43-205, Guidance for Selecting Chemical Agents and Processes for De-painting and General Cleaning of Aircraft and Aviation Products, to ensure they are as free as practical of all hazardous dust to include Hexavalent chromium, cadmium and/or lead.� Information on these hazards can be found in Occupational Safety and Health Standards 1910.1025 (lead), 1910.1026 (Hexavalent Chromium) and 1910.1027 (Cadmium). To obtain and maintain a current list and status of all OEM Overhaul, Repair and Component Maintenance Manuals (CMM), including Revisions (Rev), Temporary Revisions (TR), Service Bulletins (SB), Modifications (MOD), Amendments (AMD) or other specifications applicable to the overhaul, repairs and modification of the listed assemblies and its components � REPLIES: Potential Offerors shall not submit proprietary information when responding to this notice.� Potential offerors shall also note that the Government will not return any information submitted in response to this notice.� Responses are due no later than 4:00 PM EST on 20 OCT 2020.� Please send your responses to this RFI via email directly to sheena.d.jordan@uscg.mil. All responses must include the following information: Company Name Company Address Company Business Size/Socio-economic�category (if applicable) DUNS Number Point of Contact (POC) name, phone number and email address Responses shall not exceed fifteen (15) single-sided pages. Email submissions are subject to size and type restrictions (typically limited to less than 5MB in size and only executable attachments such as .doc and .pdf files) as well as any other appropriate network measures.� It is the potential offeror�s responsibility to verify email submissions have been received and can be viewed.� The following is a brief example of a few of the items that may be included for composite repair under this contracting effort.� IT IS NOT ALL INCLUSIVE and may NOT constitute the entire schedule of requirements. NOMENCLATURE������������������������ P/N TIP ASSY, RUDDER�������������������� G1335531040-001 LH FAIRING��������������������������������� G2219249209-001 RH FAIRING��������������������������������� G2219249209-002 LH, MLG SPONSON���������������������G1255391109-001 NLG LH DOOR, ASSY����������������� G1413221006-009 NLG RH DOOR, ASSY���������������� G1413221006-010 TAIL CONE ASSY������������������������ G1265362055-001 LH HORIZONTAL TIP�������������������13479-001 RH HORIZONTAL TIP������������������ 13479-002 LH TRAIL EDGE ASSY�����������������66571-001 RH TRAIL EDGE ASSY����������������66571-002 LEADING EDGE ASSY��������������� 66570-001 TIP ASSY������������������������������������ 13635-001
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/0afaa19674e84919bcb517023f977ed8/view)
- Place of Performance
- Address: Elizabeth City, NC 27909, USA
- Zip Code: 27909
- Country: USA
- Zip Code: 27909
- Record
- SN05815986-F 20201002/200930230147 (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 |