Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 23, 2020 SAM #6811
SOURCES SOUGHT

16 -- Request for Information (RFI) for Parts Acquisition of Special Tooling Equipment, Consumables for C-130J Long Range Surveillance Fleet.

Notice Date
7/21/2020 7:50:03 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02320I00000300
 
Response Due
8/7/2020 9:00:00 AM
 
Archive Date
08/22/2020
 
Point of Contact
Domingo Cruz, Phone: 2024753732, Matthew L. Wallace, Phone: 2024753198
 
E-Mail Address
Domingo.Cruz2@uscg.mil, matthew.l.wallace@uscg.mil
(Domingo.Cruz2@uscg.mil, matthew.l.wallace@uscg.mil)
 
Description
Request for Information for Parts Acquisition of Special Tooling Equipment, Consumables, Ground Support Equipment, and Liquid Oxygen Parts Buys for the United States Coast Guard C-130J Long Range Surveillance Fleet. 1.0 - Description This is a RFI as defined in FAR 15.201(e) and has been issued in order to identify qualified vendor sources to procure parts to fulfill sparing and fleet supply parts requirements for USCG C-130J aircraft. �In accordance with FAR 52.215-3, this RFI is issued solely for information and planning purposes. Further, it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any goods or services whatsoever. Further, the United States Coast Guard is not at this time seeking proposals and will not accept unsolicited proposals. Respondents are reminded that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the interested party's expense. Vendors that do not respond to this RFI will not preclude their participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the beta.SAM.gov website. It is the responsibility of the potential respondents to monitor these sites for additional information pertaining to this requirement. The applicable North American Industry Classification System (NAICS) code for this requirement is 336411 - Aircraft Manufacturing. 2.0 - Background This inventory effort directly affects the supportability of USCG C-130J aircraft. The required acquisitions will be delivered directly to the USCG Aviation Logistics Center (ALC) inventory located at 1664 Weeksville Rd Elizabeth City, North Carolina 3.0 - Questions to Industry Interested potential sources should respond by answering the following questions: What are your company's capabilities and years of experience regarding supply chain management, Aviation Original Equipment Manufacturer (OEM) parts expertise, Aviation OEM supply distribution, and Logistic Support of market research efforts as aircraft materials become diminished in availability? Claims of existing capabilities must be substantiated. Do you currently have a company-owned aviation logistics supply distribution facility, supply line, and supply personnel that can independently produce, manufacture, or acquire avionics components (parts, special tools, equipment, etc.) found specifically on or associated with C-130J aircraft? Where is it located? What is your capacity to support the supply and demand of parts, materials (repairable or consumable), or tooling? What type of warranties are offered as part of new C-130J aircraft components, parts, materials, equipment or tooling? Regarding the RFIs� attached materials list, what is the timeline to provide new C-130J aircraft components, parts, materials, equipment or tooling to the USCG starting at contract award? (Ideal contract type is Indefinite Delivery Indefinite Quantity (IDIQ) or Catalogue) Do you own or similarly hold the rights to any technical data to manufacture, acquire, or distribute any C-130J aircraft components, parts, materials, equipment or tooling? What is your company's ability to enter into a support contract or an IDIQ contract with the USCG for 3-5 years of support?� What percentage of this RFIs� attached materials list can be supplied to the USCG in its entirety? (Example: of 200 items listed, 100 can be acquired and delivered to the USCG via an IDIQ, thus 50% of the listed items are deliverable; the additional 100 items are not obtainable by our organization). What items can be delivered, please fill in the attached spreadsheet. Of the items listed that can be supported from this RFIs� attachments � which items can be delivered to the USCG ALC by October 2021? Minus any potential additional distribution fees or management cost, what are the direct current/retail OEM cost per component listed in the RFI attachments? (This information is used to confirm USCG budget expectations and known assumptions) 4.0 - Instructions The following Business Unit Information must be provided in the response documentation: QUALIFICATION INFORMATION: a. Company Name: b. Address: c. CAGE Code: d. DUNS number: e. Point of Contract/Phone Number: f. E-mail Address: g. Company Size (number of personnel, total revenue, ownership, Parent Corporation, etc.): h. NAICS Code: i. Length of time in business: j. Answers to all Questions from section 3.0 5.0 - Industry Discussions Following the Government's assessment of responses to this RFI, the Government may conduct discussions with Industry. If the Government does, this information will be provided via beta.SAM.gov notice. 6.0 - Additional Instructions Questions regarding this announcement shall be submitted to Domingo Cruz Jr. in writing by e-mail at Domingo.Cruz2@uscg.mil . Verbal questions will NOT be accepted. Questions will be answered by e-mail; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 15 days of the publication date of this RFI will be answered. This Request for Information does not constitute a RFP and is not to be construed as a request for an offer. Therefore, there will be no evaluation of responses to this notice for contract award purposes. Reimbursement will not be made for any cost associated with providing information in response to this announcement and any follow-up information requests. Responses and questions regarding this notice shall be submitted in writing to Domingo Cruz Jr. by email at Domingo.Cruz2@uscg.mil with a carbon copy to Matthew.L.Wallace@uscg.mil no later than Friday, Aug 7th 2020 at 12:00 PM (EST). Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that submissions will not be returned. Please see attachments for RFI equipment.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/198081796ce04477b0ea9a75185642f6/view)
 
Place of Performance
Address: Washington, DC 20593, USA
Zip Code: 20593
Country: USA
 
Record
SN05728610-F 20200723/200721230156 (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.