Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 21, 2016 FBO #5507
SPECIAL NOTICE

16 -- Repair of HC-144 Aircraft Control-Propellers - Information Packet

Notice Date
12/19/2016
 
Notice Type
Special Notice
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
HSCG38-17-Q-010035
 
Archive Date
1/3/2017
 
Point of Contact
Terence L. Blucker,
 
E-Mail Address
Terence.L.Blucker@uscg.mil
(Terence.L.Blucker@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Information Packet This Special Notice constitutes the only solicitation. A written solicitation will not be issued. Solicitation number HSCG38-17-Q-010035 is issued as a Special Notice of Intent to Award to the a fully capable service vendor. When in receipt of evaluation or baseline price quotes only, the government reserves the right to issue a purchase order based on the government estimate of the repair or repair as applicable based on the government's historical pricing data. Contingent upon availability of funding, using Simplified Acquisition Procedures, the USCG Aviation Logistics Center (ALC) intends to award a purchase order to the fully capable service vendor that quotes the lowest technically acceptable total price or best value to the government. Any vendor, except the Original Equipment Manufacturer (OEM) or a Production Approval Holder (PAH), repairing Coast Guard Aircraft Components MUST be FAA 145 certified and perform at least fifty percent (50%) of the work at their company's FAA certified facility. Unless otherwise directed by the Contracting Officer, awards for the repair or repair of Coast Guard Aircraft Repairable Components shall only be awarded directly to service vendors who have been deemed fully capable of performing such services by division level command-appointed Coast Guard Engineers or Equipment Specialists. Vendors who do not meet the above stated capability requirement will not be considered and should not respond to this solicitation/request for quote. This solicitation will not be extended or the award delayed for a vendor to submit their service data for capability determination or for registration in SAM.GOV. If not previously deemed capable by ALC MRS Engineering, vendors who believe they would otherwise qualify based on the aforementioned criteria are encouraged to contact Bryan.P.Bray@uscg.mil for a capability evaluation and determination toward future awards consideration. The applicable North American Industry Classification Standard Code is 488190. The Coast Guard intends to issue a Not-To-Exceed post assessment firm fixed price repair order to the Aircraft Original Equipment Manufacturer (OEM), the Component Production Approval Holder (PAH), or a PAH Authorized and Capable Service Facility, for repair using OEM Proprietary Data for the following item(s): 3 Each NSN 1610-01-530-8255, P/N 782490-57, CONTROL-PROPELLER (Repair IAW CMM 61-21-05 and its latest revisions or Service Bulletins) The Coast Guard does not own nor can provide the OEM's Service Manuals, Service Bulletins, or Proprietary Data. The Aircraft OEM is AIRBUS DEFENCE AND SPACE SAU EADS CASA DE ARAGON 404, MADRID, ESP E-28022, Cage Code 0117B, and their domestic facility is AIRBUS DS MILITARY AIRCRAFT, INC Cage Code is 0DAF1. The closing date for this intent to award notice is January 2, 2017 at 4:00 pm EST. Anticipated award date is on or about January 3, 2017, with an anticipated required delivery date of all items on or before February 10, 2017. Point of contact for this intent to award notice is Mr. Terry Blucker PA/KO, email Terence.L.Blucker@uscg.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-Q-010035/listing.html)
 
Record
SN04355264-W 20161221/161219234558-67ef803a73b8201fcc6b9d6ff300d1f2 (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 |
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.