Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 24, 2024 SAM #8398
SOLICITATION NOTICE

16 -- Purchase of the Nose Landing Gear for use on the MH-65 Aircraft

Notice Date
11/22/2024 11:51:48 AM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825QB0000009
 
Response Due
12/6/2024 11:30:00 AM
 
Archive Date
01/06/2025
 
Point of Contact
Charles B. Colson, Phone: 5716075382, Terrie L. Pickard, Phone: 2523356821, Fax: 2523345240
 
E-Mail Address
charles.b.colson2@uscg.mil, Terrie.L.Pickard@uscg.mil
(charles.b.colson2@uscg.mil, Terrie.L.Pickard@uscg.mil)
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and Part 13.5, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03825QB0000009 is issued as a request for quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01 Effective November 12, 2024. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is a restricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price contract will be awarded on a sole source basis as a result of this synopsis/solicitation. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Safran Landing Systems (Cage Code F0189). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location. See attached documents titled: �Attachment 1 Requirements � 70Z03825QB0000009,� �Attachment 2 Terms and Conditions � 70Z03825QB0000009,� and �Attachment 3 Redacted J and A � 70Z03825QB0000009� 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. No alternate part numbers will be accepted. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Best value to the Government is always the goal, but 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 (COA) and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. The contractor shall furnish a COA. COA must be submitted in the format specified in the clause. All replacement parts shall be NEW approved parts. NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED. ONLY NEW PARTS WILL BE ACCEPTED. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. Closing date and time for receipt of offers is December 06, 2024 at 2:30 pm EST. Quotes and questions shall be submitted by email to Charles.B.Colson2@uscg.mil. Please indicate solicitation 70Z03825QB0000009 in the subject line. Phone calls WILL NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/33a0a489de21476cacd837fc4830900f/view)
 
Record
SN07273429-F 20241124/241122230111 (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.