SOURCES SOUGHT
16 -- C130J/C27J Propulsion System Performance Based Logistic Support
- Notice Date
- 10/3/2014
- 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, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-15-I-C00001
- Archive Date
- 11/4/2014
- Point of Contact
- Catrina M McDonald, Phone: 252-335-6962, Nancy F DeBerry, Phone: 252-335-6291
- E-Mail Address
-
Catrina.M.McDonald@uscg.mil, nancy.deberry@uscg.mil
(Catrina.M.McDonald@uscg.mil, nancy.deberry@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought for a Comprehensive Integrated Logistics Support contract for the U.S. Complete Propulsion System used on the U.S. Coast Guard's HC130-J and C-27J aircraft. A complete propulsion system for the HC-130J is comprised of one (1) AE2100D3 Rolls Royce Engine and one (1) R391 Dowty Propeller Assembly. A complete propulsion system for the C27J is comprised of one (1) AE2100D2 Rolls Royce Engine and one (1) Dowty R391 Propeller Assembly. The HC-130J uses four (4) systems per aircraft and the C27J uses two (2) systems per aircraft. This is not a solicitation announcement. This is a sources sought synopsis only. This is not a request for proposal and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of potential sources capable of fully satisfying a potential requirement. The United States Coast Guard Aviation Logistics Center is conducting market research to identify any and all FAA Certified and OEM Licensed Aircraft Maintenance Centers that can provide Comprehensive Logistic Support for HC-130J & HC-27J Propulsion Systems. Comprehensive Logistic Support includes compliance with minimum availability and mission readiness requirements for the systems, access to OEM Spare Parts, Field Service Representatives, access to OEM Engineering Expertise, Program Management, and Propulsion Systems Training, all in accordance with the latest versions of the Original Equipment Manufacturer's Component Maintenance Manuals, specifications, data and drawings for these systems. Responses to this notice must include company name, address, telephone number, point of contact (POC), and evidence of possession of the aforementioned certifications and licenses issued by the OEMs. Responses to this notice must include 1) Business size; 2) If small, any further classification as a small business; and 3) Capabilities listing relative to the propulsion systems specified herein. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FBO. Responses to this sources sought synopsis are not adequate responses to any future solicitation announcement. All interested parties will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the specification should provide a capability statement, OEM licensing agreement and FAA certification documentation, company literature, brochures, or any other information that demonstrates how the specification can be met. Any questions concerning the technical specifications should be directed to Paul Finkenkeller at Paul.Finkenkeller@uscg.mil. Questions of other than a technical nature should be directed to Catrina.M.Mcdonald@uscg.mil. Responses to this sources sought notice along with any capability statements, company literature, brochures shall be mailed to Commanding Officer, Aviation Logistics Center, Heavy Maintenance Facility, Elizabeth City, NC 27909, ATTN: Contracting Officer. Telephone responses will not be accepted. Responses must be received no later than 20 October 2014, 4:00 p.m. EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining 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 that solicitation announcement separately from the responses to this announcement. Responses to this source sought notice will not result in automatic distribution of any future solicitation for these services. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-I-C00001/listing.html)
- Record
- SN03542949-W 20141005/141003235806-831dd1ff22e2ec7a28058f55502b1959 (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 |