SOLICITATION NOTICE
48 -- Valve
- Notice Date
- 2/4/2025 10:28:17 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03825QJ0000184
- Response Due
- 2/12/2025 11:00:00 AM
- Archive Date
- 02/27/2025
- Point of Contact
- Adam Finnell, MRR Procurement Mailbox
- E-Mail Address
-
Adam.A.Finnell2@uscg.mil, mrr-procurement@uscg.mil
(Adam.A.Finnell2@uscg.mil, mrr-procurement@uscg.mil)
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03825QJ0000184 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective 17 January 2025. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the following items: Item Name: Valve National Stock Number: 4810-01-337-0427 Part Number(s): 83805-103 or 83805-105 (Manufactured by Cage Code 09790) Alternate Part Number I: 70307-83805-103 (Manufactured by Cage Code 78286) Alternate Part Number II: 83805-105 (Manufactured by Cage Code 05228) Quantity: 3 EA Requested Delivery: 10/28/2026 The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) has the sole authority for approving sources for the procurement, repair, and overhaul of this item. Responsible Contractors are limited to NAVSUP WSS approved sources. A safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement. Use of only these sources will ensure all parts are manufactured to the Original Equipment Manufacturers (OEM) specifications. All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Eaton Aerospace LLC (Cage Code 09790) or Sikorsky Aircraft Corporation (Cage Code 78286). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Newly manufactured commercial items will only be procured from sources able to provide a Certificate of Conformance and traceability to the OEM. The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer. All parts shall be NEW approved parts. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 - �TERMS AND CONDITIONS � 70Z03825QJ0000184� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. Closing date and time for receipt of offers is 2/12/2025 at 2:00 PM Eastern Time. Anticipated award date is on or about 2/14/2025. E-mail quotations may be sent to Adam.A.Finnell2@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03825QJ0000184 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/95b5f08596854e818fcf3eb3ade120ef/view)
- Record
- SN07332252-F 20250206/250204230033 (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 |