SOURCES SOUGHT
16 -- HC144A SPARES
- Notice Date
- 6/21/2012
- Notice Type
- Sources Sought
- NAICS
- 336412
— Aircraft Engine and Engine Parts Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-12-S-010025
- Archive Date
- 7/20/2012
- Point of Contact
- Kia R. Walton, Phone: 252-335-6499
- E-Mail Address
-
Kia.R.Walton@uscg.mil
(Kia.R.Walton@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- SYNOPSIS: This is not a solicitation announcement. This is a sources sought synopsis only. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the United States Coast Guard (USCG). BACKGROUND: The U.S. Coast Guard (USCG) currently operates thirteen HC-144A aircraft each powered by two CT7-9C3 turboprop engines. The end state for the fleet size is still under review but could include as many as 36 assets. The HC-144A aircraft is manufactured by EADS CASA based in Seville, Spain, the CT7-9C3 turboprop engines are manufactured by General Electric, Aviation Division based out of Lynn, MA, USA. The base CASA CN-235-300M provides the foundation for the USCG HC-144A aircraft. The USCG HC-144A Maritime Patrol Aircraft and its CT7-9C3 turboprop engines are operated differently from general aviation in support of such Coast Guard missions as: Search & Rescue, Surveillance, Logistic Support, and Law Enforcement Missions. These missions require frequent operation at lower altitudes and in salt-laden environments which accelerate corrosion on airframe structures, engines and other components. The aircraft, the engines and their components are inspected by USCG personnel in accordance with (IAW) the Original Equipment Manufacturers (OEM) periodic requirements and in conjunction with the USCG's specialized Asset Computerized Maintenance System (ACMS). The USCG Aviation Logistics Center is conducting market research to determine manufactures and suppliers described as follows: USCG OBJECTIVES: To establish a firm-fixed price contract to purchase aircraft parts (see listing).Only the exact part numbers listed in the schedule will be accepted. This requirement must be restricted to authorized sources of the Original Equipment Manufacturer (OEM) or firms who can effectively demonstrate their ability to provide the components and obtain the proprietary data required meeting form, fit, and function of the units and written documentation that traces the manufacturing data of each component to the OEM. The USCG requires that distributors or other potential sources be ASA-100 certified, or in compliance with other quality systems listed in FAA Advisory Circular 00-56A.These requirements are necessary in order for the USCG to maintain the capability to adequately support all USCG missions. Nomenclature and parts numbers that will be on the schedule of parts are as follows: 6058T86G01, CORE SECTION MODULE 6044T13G18, GEARBOX ASSY. 6068T72P25, H.M.U. 6071T77G11, CASING ASSY. DIFFUSE 5121T01G01, SHAFT ASSY. TURBINE 6032T89P04, SHAFT OUTPUT 5034T91P06, PUMP, BOOST FUEL 6061T04P07, SEGMENT-STAGE 3 NOZ 5066T52G05, SENSOR 4088T42P01, SENSOR 775794-4, RING SEAL 782544-40, DISK 5056T41G02, TUBE-HMU-TO-FUEL FI 775781-1, HOUSING SEAL 5043T63G01, TUBE-HMU-TO-AGB TRA 4052T92P01, DETECTOR 779205-1, RING, RETAINING 782760P05, SEAL RD958UL091Y1, INDICATOR 782263-2, CAP 775786-2, SEAL 5066T10G01, P3 TUBE 6071T20P20, CONT UNIT/DIG-ELEC 6068T72P25, H.M.U. 6071T77G11, CASING ASSY. DIFFUSE 5121T01G01, SHAFT, ASSY. TURBINE 6032T89P04, SHAFT OUTPUT 5034T91P06, PUMP BOOST FUEL 6061T04P07, SEGMENT-STAGE 3 NOZ RD958UL091Y1, INDICATOR SSCY12082-KIT, PARTS KIT #1CARBON 5087T14P01, FRAME INLET 4068T11P02, EXCITER 5034T31P02, COOLER-LUBE OIL 38-18604-2013-3, PLUG 5056T36P02, BRACKET L/H 5056T36P01, BRACKET R/H 6068T75G01, DRIVE SHAFT HOUSING 6080T45G01, PLATE FUEL FLOWMETE 775772-1, SPACER BEARING 5066T92G07, INJECTOR ASSY FUEL REPLIES: Responses to this notice should include company name, address, and telephone number, point of contact (POC), details on company quality systems and include documentation that provides traceability to the OEM for each part, complete product details, brochures, etc., which will allow the USCG to understand your product, configurations, auxiliary equipment and options. Please state the approximate lead-time for acquiring your product and the details and terms of any standard warranty included with the product. Responses can be for all or for a few of the part numbers listed. Please provide the details and terms of any standard warranty included with the product. Please respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? (9) If possible, any POCs for civilian users for general usage of product questions. 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 in the Federal Business Opportunity (FBO). After review of the responses to this sources sought announcement, and if the USCG decides to proceed with an acquisition, a solicitation announcement will be published in the Federal Business Opportunity (FBO). Again, this is NOT a request for proposals and in no way obligates the Government to award any contract. Responses to this sources notice shall be emailed to Kia.R.Walton@uscg.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 05 July 2012 at 4:00PM EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the USCG make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to assist the USCG in identifying potential sources only. 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. All interested parties must respond to any subsequent solicitation announcement separately from the responses to this announcement. 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. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT NOTICE OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as informational only. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FedBizOpps.gov portal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-S-010025/listing.html)
- Record
- SN02782794-W 20120623/120621235916-491b00e44630d5376aed56e702ce712b (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |