Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2024 SAM #8241
SOURCES SOUGHT

99 -- Air Data Test Sets

Notice Date
6/18/2024 7:58:09 AM
 
Notice Type
Sources Sought
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03824IE0000014
 
Response Due
7/2/2024 9:00:00 AM
 
Archive Date
07/17/2024
 
Point of Contact
MADISON L. COKER
 
E-Mail Address
MADISON.L.COKER@USCG.MIL
(MADISON.L.COKER@USCG.MIL)
 
Description
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 products that may be of interest to the United States Coast Guard (USCG). � The USCG, Aviation Logistics Center (ALC) is conducting market research to determine sources described as follows: BACKGROUND: The USCG operates MH-60 Medium Range Recovery Helicopter, MH-65 Short Range Recovery Helicopter, HC-130 Long Range Surveillance Aircraft, HC-144 Maritime Patrol Aircraft and HC-27J Aircraft. These Aircraft are operated differently from general aviation in support of USCG search and rescue missions, as well as surveillance and reconnaissance missions. The aircraft and its components are inspected by USCG personnel In Accordance With (IAW) the Original Equipment Manufacturer�s (OEM) periodic requirements and in conjunction with the USCG's specialized Asset Computerized Maintenance System (ACMS). The purpose of this sources sought notice is to assist the USCG in determining the potential sources capable of providing manufacturing, replacement parts, evaluation/repair services, and calibration services for the items listed below. The OEM for all items listed below is Testvonics, Inc., also known as Raptor Scientific. All components are required to be manufactured, repaired, and calibrated IAW OEM Specifications to include the latest OEM Revisions, Updates, and Service Bulletins.�� SEE LIST OF PARTS BELOW: NATIONAL STOCK NUMBER; PART NUMBER; NOMENCLATURE New buys, evaluation, repair & calibration: 4920-01-662-3920; ADTS-3350ER; AIR DATA TEST SET 6695-01-581-8231; ADC-2500; CALIBRATOR ADTS 4920-01-686-5584; ADTS-0450; ADTS3350 REMOTE CON Supplies for Procurement of separately priced replacement parts: 6145-01-686-7624; ADTS-3300-0605-CBL; ADTS CABLE PWR 15FT 5995-01-686-7108; ADTS-3300-0648-CBL; ADTS CABLE REM 25FT 4720-01-HS3-6326; TVCS-SH001-01.5; ADTS HOSE STATIC 1 4720-01-HS3-6327; TVCS-PH001-01.5; ADTS HOSE PITOT 1.5 4720-01-686-1084; TVCS-SH001-20; ADTS HOSE STATIC 20 4720-01-686-1798; TVCS-PH001-20; ADTS HOSE PITOT 20' 6150-01-690-7114; ADTS-3300-0633-CBL; ADTS3350 LOAD CABLE 8145-01-686-7266; ADTS-0950; ADTS CASE ACCESSORY 8145-01-686-7278; ADTS-0950-0001; ADTS CASE INSERT 6145-01-686-7555; ADTS-3300-0612; ADTS STRAP W7 15FT REPLIES: Responses to this notice should include company name, address, and telephone number, point of contact (POC), details on company quality systems and include documentation that provides traceability to the OEM for each part, complete product details, brochures, etc., which will allow the USCG to understand your product, configurations, auxiliary equipment, and options.� Please state the approximate lead-time for acquiring your product and the details and terms of any standard warranty included with the product. Responses can be for all or for a few of the part numbers listed. Please provide the details and terms of any standard warranty included with the product. Please respond to the following questions: (1) Is your business a large or small business and how many employees? (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) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? (9) If possible, any POCs for civilian users for general usage of product questions. �After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on SAM.gov. Insert ""70Z03824IE0000014 Response"" in the subject line of the email. After review of the responses to this sources sought announcement, and if the USCG decides to proceed with an acquisition, a solicitation announcement will be published on SAM.gov.� Again, THIS IS NOT A REQUEST FOR PROPOSAL and in no way obligates the Government to award any contract.� Responses to this sources notice shall be emailed to madison.l.coker@uscg.mil, and ashley.j.hankinson@uscg.mil. �TELEPHONE RESPONSES WILL NOT BE ACCEPTED.� Responses must be received no later than 02 July 2024 at 12:00PM EST.� Firms responding to this announcement that fail to provide all of the required information cannot be used to help the USCG make the appropriate acquisition decisions which is the intent of this sources sought notice.� This notice is to assist the USCG in identifying 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 subsequent solicitation announcement separately from the responses to this announcement.� Responses to this sources sought notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.� THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT NOTICE OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED.� This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services.� Your responses to this sources sought will be treated as informational only.� No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information.� The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought.� The information resulting from this sources sought may be included in one or more RFP�s, which may be released on SAM.gov.�
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/e6b908067a2a46898923e87f64746d15/view)
 
Place of Performance
Address: Elizabeth City, NC 27909, USA
Zip Code: 27909
Country: USA
 
Record
SN07101659-F 20240620/240618230120 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.