Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 18, 2025 SAM #8605
SOLICITATION NOTICE

17 -- HH-65 Helicopter Upper Plate Assembly

Notice Date
6/16/2025 6:16:43 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
70Z03825QE0000053
 
Response Due
6/18/2025 11:30:00 AM
 
Archive Date
07/03/2025
 
Point of Contact
Stacey M. Riggs
 
E-Mail Address
stacey.m.riggs@uscg.mil
(stacey.m.riggs@uscg.mil)
 
Small Business Set-Aside
NONE No Set aside used
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with (IAW) the format in Federal Acquisition Regulation (FAR) subpart 12.6 and part 13 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 70Z03825QE0000053 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) Number 2025-04, effective 11 June 2025. The applicable North American Industry Classification System (NAICS) code is 336413. The small business size standard is 1,250 employees. This solicitation is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. IAW FAR 6.302-1(a)(1), the United States Coast Guard (USCG), Aviation Logistics Center (ALC) plans to award one (1) purchase order with the Original Equipment Manufacturer (OEM) Airbus Helicopters, Inc. (CAGE Code 3GSZ1) as the only known source of supply. All parts shall 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. All parts shall be FACTORY NEW. It is anticipated that a firm-fixed price purchase order will be awarded on a sole source basis for the items listed in the attached Schedule of Supplies. Concerns having the expertise and required capabilities to provide these items are invited to submit offers IAW the requirements stipulated in this solicitation. All items shall be NEW approved items. Newly manufactured commercial items will only be procured from sources able to provide a Certificate of Conformance (COC) IAW FAR clause 52.246-15. COC must be submitted in the format specified in the clause. Parts must be approved IAW Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. NOTE: NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAIABLE FROM THE USCG. Please carefully review this solicitation�s attachments for additional information on this requirement such as instructions to offerors, evaluation criteria, and applicable clauses: Attachment I - Schedule of Supplies Attachment II - Terms and Conditions FAC 2025-04 Eff 11Jun2025 Attachment III - Redacted Justification and Approval for Other Than Full and Open Competition The closing date and time for receipt of offers is 18 June 2025 at 2:30 p.m. Eastern Time. Anticipated award date is on or about 26 June 2025. Email quotations are preferred and may be sent to Stacey.M.Riggs@uscg.mil. Please indicate 70Z03825QE0000053 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/048c82b9f8b044569ec73dd35a78aecb/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN07478855-F 20250618/250616230046 (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.