Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2024 SAM #8157
SOURCES SOUGHT

M -- MH-65 BRAKE INSULATOR REVERSE ENGINEERING SOLICITATION

Notice Date
3/26/2024 11:55:35 AM
 
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
70Z03824IB0000013
 
Response Due
4/12/2024 10:00:00 AM
 
Archive Date
04/27/2024
 
Point of Contact
Alyson Harrison, Phone: 2523356494, Camille Craft, Phone: 2523345372
 
E-Mail Address
alyson.s.harrison@uscg.mil, Emma.C.Craft@uscg.mil
(alyson.s.harrison@uscg.mil, Emma.C.Craft@uscg.mil)
 
Description
**Amendment 2 Extend Closing Date** **Amendment 1 Questions and Answers** Question: Who is the current incumbent (if any) related to the sources sought? Answer: No current incumbent. Question: What is the incumbent's current project/job/contract number? Answer: No current incumbent. Question: Is the agency open to placing the prospective requirement into the 8(a) program? Answer: No, we cannot limit it to an 8(a)-program due to finding possible sources. Anyone can submit a capability statement. The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Short Range Recovery (SRR) Product Line is seeking qualified contractors with the facilities, equipment, skills, knowledge, and resources required for identifying existing materials, reverse engineer, and manufacture brake components for the United States Coast Guard (USCG) MH-65 Dauphin fleet. Services must be compliant with applicable portions of FAA AC 25.735-1 (Brakes and Braking Systems Certification Tests and Analysis). This is not a request for quote or proposal. �This RFI is for market research purposes only and is not to be construed as a commitment by the Government. �This is not a solicitation announcement for quotes/proposals and no contract will be awarded from this announcement. �This RFI notice has been issued to survey the market to identify possible sources for consideration. This notice is to assist the USCG in determining potential sources. All contractors responding to this RFI notice are advised that their response to this notice is not a request to be considered for a contract award. The USCG ALC requests capability statements from interested companies for the purpose of identifying contractors that are able to tool, prototype, and manufacture MH-65 brake components. Please respond to the following questions in additions to submission of your company�s capability statement: 1. Is your company the OEM or OEM Service Center certified? 2. Does your company have the ability to obtain OEM separately priced replacement parts? 3. Is your business a large or small business? If small, define your company�s socioeconomic classification. 4. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with Federal Acquisition Regulation (FAR) Clause 52.219-14, specifically 52.219-14(c)(1), �At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.� Does the company send out work to subcontractors? If so, how much work and what type of work is subcontracted? 5. What is your company�s estimated lead time for the tooling, prototyping, and manufacturing of the MH-65 brake components. 6. Does your company offer warranty of the components manufactured? If yes, what is the standard warranty? 7. Is this work exempt from the Service Contract Labor Standards or does it apply? State the exemption if applicable. 8. Where is your Maintenance Repair facility located? 9. Can your company provide the required documentation as follows? Potential offerors must possess and be capable of maintaining and/or providing the following documentation: a. Federal Aviation Administration (FAA) Part 145 Repair Station Certificate, or: b. European Aviation Safety Agency (EASA) Part 145 Repair Station Certificate equivalent, or: c. A certification or letter as an OEM approved Maintenance Repair Facility and/or manufacturer. �� 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 website. �Responses to this RFI synopsis are not adequate responses to any future announcement. �All interested offerors will have to respond to the solicitation in addition to responding to this RFI synopsis. �Responses to this RFI synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Closing date and time for receipt of response is March 27, 2024, at 12:00 pm EST. Telephone responses will not be accepted.� Responses should be submitted to Emma.C.Craft@uscg.mil and Alyson.S.Harrison@uscg.mil.� Please indicate 70Z03824IB0000013 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/7a3bd656486e4220ba3a31eb2b67df18/view)
 
Record
SN07009817-F 20240328/240326230048 (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.