SOURCES SOUGHT
16 -- DHC-6 60 month Corrosion
- Notice Date
- 11/24/2021 4:13:24 AM
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- DEPT OF COMMERCE NOAA NORFOLK VA 23510 USA
- ZIP Code
- 23510
- Solicitation Number
- NM-AN2200-22-00121
- Response Due
- 12/15/2021 12:00:00 PM
- Archive Date
- 12/15/2021
- Point of Contact
- Alicha L Harris
- E-Mail Address
-
Alicha.Harris@noaa.gov
(Alicha.Harris@noaa.gov)
- Description
- S Sources Sought Notice This is a Sources Sought Notice. In preparation for an upcoming procurement, the National Oceanic and Atmospheric Administration (NOAA), Eastern Acquisition Division (EAD), Norfolk, VA on behalf of the Office of Marine and Aviation Operations (OMAO), Aircraft Operation Center (AOC), based in Lakeland, FL, is conducting market research to determine potential sources for providing corrosion inspections, upgrades, and modifications to the NOAA AOC�s Twin Otter fleet. �AOC owns and operates four DeHavilland DHC-6-300 Twin Otter aircraft in support of missions throughout the United States and Canada. �The nature of the work to be performed primarily involves emergency, voyage repairs (field season technical support) and miscellaneous shipboard mechanical, structural, hydraulic, and electrical repairs.� Skills or tasks shall include, but not be limited to the following: Required Maintenance: Corrosion Inspection 60-Month: The Contractor shall perform Initial Corrosion Inspection DHC-6-300 IAW PSM 1-6-5 Years 1 through 5 to include but not limited to the flowing: Remove all flight controls. Remove main landing gear, gear teardown and build up. (Overhaul of both Left and Right Gear legs required. see B.2 (6) Remove all interior. Remove floors.� Repaint floor boards before reinstall. Remove complete fuel tunnel and components. Remove all fuel bags and tape.� New bags to be provided by Contractor. Strip paint to bare metal on upper and lower wing surfaces in the exhaust paths.� All seams will be resealed and all bare metal is to be spot primed for transit to paint shop. Scheduled and unscheduled maintenance, repairs, inspections, and upgrades, avionics upgrades, and avionics support to include but not limited to these services above�. Over and Above Items.� Over and above discrepancies from corrosion inspections as well as any other scheduled or unscheduled maintenance, repairs, upgrades, and inspections. The Contractor is responsible for documenting and reporting, at intervals acceptable to the CO all discrepancies found during the inspection.� Discrepancies that are not a part of the inspection will be known as �over and above.�� Corrective actions as a result of the inspection are considered �over and above� items.� Any part or component that has not reached its recommended service life, but fails inspection and needs to be replaced, is considered an �over and above� item. Response Requirements All types of business concerns are encouraged to submit a typed Capability Statement (no more than 15 pages) in response to this sources sought announcement. Standard brochures will not be considered a sufficient response to this notice.� Submitted Capability Statements shall include the following: Company name and address DUNS number Type of business (e.g. large business, small business, 8(a),veteran-owned small business, service-disabled veteran owned small business, HUBZone small business, small disadvantaged business, and/or women owned small business) as validated via the System for Award Management (SAM) Company point of contact � name, phone, and e-mail address Demonstrate capabilities for meeting the required maintenance requirements listed above during the Corrosion Inspection 60-month, 30-month, and other scheduled and unscheduled maintenance, repairs, inspections, and upgrades, avionics upgrades, and avionics support.� A draft SOW is also attached for reference. The North American Industrial Classification System (NAICS) code is 488190, Other Support Activities for Air Transportation The small business size standard for this NAICS code is $35 million. Interested sources shall submit an electronic copy of their Capability Statement to Alicha Harris, Contract Specialist, via email at alicha.harris@noaa.gov �no later than 3:00 PM EST on Wednesday, December 15, 2021.� This is not a request for technical or cost proposals.� The Government does not intend to award a contract on the basis of this Notice or reimburse for costs incurred by interested parties providing the information requested herein.� Capability Statements will not be returned.� Information received will be considered solely to make an informed decision regarding a potential procurement.� Any questions or responses to this Sources Sought announcement shall be directed to Alicha Harris via the email address above.� Responses to the Sources Sought announcement are not offers and cannot be accepted by NOAA to form a binding contract.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/1fa56a2f82714c4ba809ae251be53c03/view)
- Record
- SN06185494-F 20211126/211124230121 (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 |