Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 06, 2025 SAM #8472
SOLICITATION NOTICE

16 -- Purchase of Automatic Flight Control System (AFCS) Control Panel

Notice Date
2/4/2025 10:22:45 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
70Z03825QJ0000015
 
Response Due
4/30/2025 11:00:00 AM
 
Archive Date
05/15/2025
 
Point of Contact
Steven Levie, Phone: 2068152059
 
E-Mail Address
steven.a.levie@uscg.mil
(steven.a.levie@uscg.mil)
 
Description
A00002 - This solicitation has been extended. It is now set to expire April 30, 2025 @ 2 p.m. EST. A00001 - This solicitation has been extended. It is now set to expire March 1, 2025 @ 2 p.m. EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation. Quotes are being requested and a written solicitation will not be issued. Solicitation number 70Z03825QJ0000015 is issued as a Request for Quote (RFQ) using the procedures of FAR 12 in conjunction with FAR Subpart 13.501. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2024-07 effective 30 September 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 pricing which shall be considered by the agency. The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Elizabeth City, NC intends to award on a sole source basis a Firm Fixed-Price Indefinite Delivery Requirements type contract to Sikorsky Aircraft Corporation (Sikorsky, cage code 78286) on an other than full and open competition basis for the procurement of the Automatic Flight Control System (AFCS) Control Panel, hereafter referred to as �Control Panel,� used on the MH-60T Aircraft. The Control Panel will be supplied via issuance of individually funded Delivery Orders. Sikorsky is the Original Equipment Manufacturer (OEM) and the only Naval Supply Weapons Systems Support (NAVSUP WSS) approved source for the procurement of the Control Panel. The contract will consist of one (1), one (1) year Base Period, and if exercised, two (2), one (1) year Option Periods. All parts must have clear traceability to the OEM. 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 Schedule 70Z03825QJ0000015� �Attachment 2 Provisions Clauses and Terms and Conditions 70Z03825QJ0000015� �Attachment 3 Redacted JA 70Z03825QJ0000015� 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 Conformance (COC) and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC 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 04/30/2025 at 2:00 pm EST. Any quote received after the closing date and time specified are considered late. E-mailed quotations are required and shall be sent to Steven.A.Levie@uscg.mil. Please indicate 70Z03825QJ0000015 in subject line. Phone call QUOTES WILL NOT be accepted.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/03c3163b773a4b69a9f95102d4992bce/view)
 
Place of Performance
Address: Stratford, CT 06614, USA
Zip Code: 06614
Country: USA
 
Record
SN07332083-F 20250206/250204230031 (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.