Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 26, 2020 SAM #6663
SOURCES SOUGHT

28 -- T700 Engine Components

Notice Date
2/24/2020 1:41:37 PM
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(000 ELIZABETH CTY NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03820IJ0000004
 
Response Due
3/6/2020 11:00:00 AM
 
Archive Date
03/21/2020
 
Point of Contact
Michelle R. Monds, Phone: 2523345024, MRR Procurement Mailbox, Phone: 2523345094
 
E-Mail Address
Michelle.R.MOnds@uscg.mil, mrr-procurement@uscg.mil
(Michelle.R.MOnds@uscg.mil, mrr-procurement@uscg.mil)
 
Description
Notice Type: Sources Sought Solicitation Number: 70Z03820IJ0000004 Posted Date: 2/24/2020 Response Date: 3/6/2020 2:00PM Eastern Standard Time Archive Date: TBD Classification Code: J-Maintenance, Repair, & Rebuilding of Equipment NAICS Code: 488190 � Other Support Activities for Air Transportation Title: Overhaul T700-401C Engine components Contracting Office Address: United States Coast Guard (USCG) �Aviation Logistics Center (ALC) Medium Range Recovery (MRR) Procurement Building 79 1664 Weeksville Road Elizabeth City, NC 27909 Description This is a sources sought synopsis only, not a solicitation announcement. �This is NOT a request for proposals or quotes and in no way obligates the Government to award any contract. �This sources sought is for information and planning 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 sources sought notice has been issued to survey the market to identify possible sources for consideration.� This notice is to assist the United States Coast Guard (USCG) in determining potential sources.� 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. The USCG is conducting market research to seek sources that have the capability to overhaul the GE T700-401C engine and components, (Attachment 1 - Schedule). �The T700-401C engine and its components are Flight Critical Safety Items (CSI) and are interchangeable throughout the U.S. Coast Guard fleet. In order to successfully maintain airworthiness of the aircraft and aircraft systems, protect personnel safety, and perform the USCG�s mission, the acquisition of CSI is restricted to approved sources. The T700-401C engines are manufactured by the Original Equipment Manufacturer (OEM), General Electric Engine Services (GEES) and all specifications, manufacturing drawings, data, test equipment, and tooling required to perform the overhaul services are proprietary to GEES. All replacement parts shall be new and OEM approved for their intended use unless a deviation is approved by the Contracting Officer (KO) in writing. Delivery time is ninety (90) days After Receipt of Order (ARO).� Responsible sources are limited to the OEM, or those sources authorized by the OEM, to perform overhaul services with access to the proprietary technology required to perform the services. Any interested party MUST be registered in the Beta.Sam System for Award Management (SAM), be an USCG Aviation Logistics Center Medium Range Recovery approved source, and shall maintain , at a minimum , one of the following; Federal Aviation Administration (FAA), Department of Defense (DOD), Original Equipment Manufacturer (OEM), Industry Standard Certification, Naval Supply Weapon Support System (NAVSUP WSS) (i.e. National Aerospace and Defense Contractors Accreditation Program) and /or USCG certifications. Responses Responses to this notice should include company name, address, telephone number, and point of contact (POC).� Please respond to the following questions: 1. Please provide a synopsis of overhaul capabilities along with the required certifications. 2. Please indicate lead-time for overhaul of the T700-401C Engine components. 3. Does the company offer warranty on overhaul? If yes, what is the standard warranty? 4. Does your company have the ability to obtain all specifications described in the OEM specs? 5. The T700-401C engines are typically overhauled at the USCG repair facility. �Due to demand, mission and production schedule requirements the USCG may need to have a T700-401C engine repaired and or overhauled at an outside approved repair / overhaul facility. In addition to the engine components, does your company have a testing facility and the capability to test/overhaul the GE T700-401C engines and engine components? 6. Is your company a GEES certified approved OEM Repair/Overhaul facility? Does your company currently provide overhaul, testing, and repair/overhaul services of T70-401C engines in additional to overhauling various engine components? 7. Do you have other government agencies using the repair / overhaul facility, and if so which agencies, POCs and contract numbers? 8. If possible, provide POCs for civilian users for general usage of repair / overhaul questions. 9. Is your business a large or small business and how many employees? 10. Does your company send out work to subcontractors? If so, how much work and what type of work is subcontracted? 11. What North American Industry Classification System (NAICS) code does your company use for this type of service? 12. If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? 13. If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? 14. Is your firm a certified Hub Zone firm? 15. Is your firm a Woman-Owned or operated business? 16. Is your firm a certified Service-Disabled Veteran-Owned? 17. Is your product listed on a General Services Administration (GSA) schedule? � 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 the Federal Business Opportunity (FBO) website. �Responses to this sources sought synopsis are not adequate responses to any future solicitation announcement. �All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. �Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. � Closing date and time for receipt of response is March 6, 2020 at 2:00pm Eastern Standard Time. E-mail responses are preferred and may be sent to MRR-PROCUREMENT@uscg.mil, attention Michelle Monds. �Please indicate 70Z03820IJ0000004 in subject line.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/f19f8a2dcd78443097e1bc1d416d6a44/view)
 
Record
SN05571181-F 20200226/200224230143 (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.