SOURCES SOUGHT
J -- HC-130J Avionics Repair Services
- Notice Date
- 10/27/2025 12:18:36 PM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03826IH000003
- Response Due
- 11/7/2025 11:00:00 AM
- Archive Date
- 11/22/2025
- Point of Contact
- Tammy Bunting, D05-SMB-LRS-Procurement@uscg.mil
- E-Mail Address
-
Tamela.S.Bunting@uscg.mil, D05-SMB-LRS-Procurement@uscg.mil
(Tamela.S.Bunting@uscg.mil, D05-SMB-LRS-Procurement@uscg.mil)
- Description
- A0001 - Attachment 1 Facility Definitions is added. PURPOSE: This is a Sources Sought Notice only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals. This Sources Sought Notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. 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. REQUEST: The USCG is conducting market research to seek sources that have the capability to repair the components listed below. The Contractor shall be either a FAA Repair Facility or Original Equipment Manufacturer (OEM) Certified Repair Facility or DoD Certified Repair Facility to perform repair services on the components listed. The Contractor must have access to the most current editions of all applicable documents and manuals. The USCG does not maintain nor release the technical directive documents required to repair these components. # NSN Part Number Nomenclature OEM 1 5999-01-HS2-0750 1021J200-001 Radar Transmitter 82340 2 5841-01-HS2-0459 1021J400-001 or 1021J400-002 Radar Receiver Processor 82340 3 5999-01-HS2-0749 1021J500-001 MMR Front End Receiver 82340 4 5999-01-HS2-0751 1021J100-001 Radar Antenna 82340 5 5999-01-HS2-0752 1021J520-001 or 1019A550-001 MMR Drive Amplifier Unit 82340 6 5999-01-HS2-0742 1003U495-001 MMR Internal Measurement Unit 82340 7 6120-01-HS2-8071 1020F220-001 or 1019A220-001 RF Assembly 82340 8 6120-01-HS2-8072 5002L000-005 or 5002L000-004 or 5002L000-003 LVCU, CCA 82340 9 5930-01-HS2-4341 1015D580-001 Power Supply, Switching 82340 10 5930-01-HS2-4340 1015D420-001 or 1015D420-002 Power Supply, Linear 82340 11 5963-01-HS2-4304 1013E460-001 RDP, CCA 82340 12 5963-01-HS2-4305 1019A470-001 or 1019A470-002 I/O Module 82340 13 5963-01-HS2-5477 1013E420-003 or 1013E420-004 RSP, CCA 82340 14 5963-01-HS2-4307 2015A720-001 or 9000F720-001 RFT, CCA 82340 15 5963-01-HS2-4308 1019A480-002 or 1017A480-003 or 9001B480-002 ADCP, CCA 82340 16 5963-01-HS2-4309 1093E405-002 or 1093E405-003 or 1093E405-004 RCVR, CCA 82340 17 5963-01-HS2-4310 1093M002-003 or 1093M002-004 Synthesizer, CCA 82340 18 5963-01-HS2-4311 1093E705-003 TX-OSC, CCA 82340 19 5998-01-HS2-5845 1092N830-001/A or 1092N290-001 or 1092N290-001/A or Low Amp Module 82340 1093N310-001/D 20 6120-01-HS2-8070 1012B400-003 or 1020B400-001 or 1020B400-002 HVB, CCA 82340 21 5963-01-HS2-4306 1013E490-001 RVP, CCA 82340 22 5930-01-HS2-0682 1012V789-001 MMR RF Switch 82340 RESPONSES: Responses to this notice should include company name, address, telephone number, cage code, and point of contact (POC). Please respond to the following questions: Verify whether you are FAA Repair Facility or OEM Certified Repair Facility or DoD Certified Repair Facility to perform repair services on the components listed in the Schedule. (See �Attachment 1 � Facility Definitions - 70Z03826IH0000003�) Would you be able to support a base plus 3 option years (4 years) term for REPAIR services? If not for 4-years, what term would you be able to support? Would you subcontract any of the repair services for the components identified in the table? If not, please ensure that you state that there are no subcontracting possibilities. Please indicate if there are any quantity discounts. What is an estimated lead time? What are acceptable payment terms (e.g. Net 30, Credit Card)? Is your business a large or small business and how many employees? What North American Industry Classification System (NAICS) code does your company use for this type of service? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified Hub Zone firm? Is your firm a Woman-Owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a General Services Administration (GSA) schedule? Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? If possible, provide POCs for civilian users for general usage of product questions. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this Sources Sought Notice. Please be advised that the USCG will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. After the review of the responses to this Sources Sought Notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this Sources Sought Notice are not adequate responses to any future solicitation announcement. If the USCG proceeds with the acquisition, all interested offerors will have to respond to the solicitation once posted to SAM.gov. 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. SUBMISSION INSTRUCTIONS: Closing date and time for receipt of response is 07 November 2025 @ 2:00pm EST. E-mail responses are preferred and may be sent to Tamela.S.Bunting@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Please indicate 70Z03826IH0000003 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/57063d090057423eba595c059036e9b9/view)
- Record
- SN07629060-F 20251029/251027230038 (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 |