Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 19, 2024 SAM #8423
SOLICITATION NOTICE

16 -- Blade Fold Tail Fold (BFTF) Components

Notice Date
12/17/2024 7:10:41 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
70Z03825RJ0000001
 
Response Due
3/24/2025 11:00:00 AM
 
Archive Date
04/08/2025
 
Point of Contact
Amy Whitehurst
 
E-Mail Address
Amy.E.Whitehurst2@uscg.mil
(Amy.E.Whitehurst2@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 15, 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 70Z03825RJ0000001 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01, effective 12 November 2024. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. This contract is expected to be awarded on a competitive basis. It is anticipated that one (1) Indefinite Delivery Requirements Type Contract, with firm-fixed pricing (FFP), consisting of one (1) one (1) year base period and, if exercised, four (4) one (1) year option periods, will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. FFP delivery orders will be issued in accordance with the terms and conditions of the contract as supplies are required and funds are available. The list of supplies and estimated quantities can be found on �Attachment 1 � Schedule of Supplies � 70Z03825RJ0000001.� Only the items requested in this solicitation will be considered for award. All parts shall be NEW approved parts. All parts shall have clear traceability to the Original Equipment Manufacturers (OEMs), Sikorsky Aircraft Corporation (Cage Code 78286), W and G Machine Company (W&G, Cage Code 33682), and Valley Tool and Manufacturing (Valley, Cage Code 1WA71). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. 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 and traceability to the OEM. [LJGC(2] 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 traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer.[LJGC(3] Consistent with FAR Provision 52.212-1(h), the Government reserves the right to make more than one award (multiple awards) for different line items, if, after considering the additional administrative cost to the Government of awarding and administering separate purchase orders, it is determined that the multiple awards will result in the best value to the Government. For purposes of evaluating the cost of making multiple awards, it is assumed that the administrative cost of awarding and administering a purchase order is $500. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. ATTACHMENT 1 - �SCHEDULE OF SUPPLIES � 70Z03825RJ0000001� ATTACHMENT 2: �TERMS AND CONDITIONS � 70Z03825RJ0000001� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. Closing date and time for receipt of offers is 3/24/2025 at 2:00 PM Eastern Time. Anticipated award date is on or about 5/25/2025. E-mail quotations may be sent to Amy.E.Whitehurst2@uscg.mil. Please indicate 70Z03825RJ0000001 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/d7b69bc5272d4b3798a9d29128cf49b0/view)
 
Record
SN07294439-F 20241219/241217230118 (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.