Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF FEBRUARY 14, 2025 SAM #8480
SOLICITATION NOTICE

16 -- Overhaul/Repair of Actuators.

Notice Date
2/12/2025 12:19:37 PM
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825RW0000001
 
Response Due
3/12/2025 9:00:00 AM
 
Archive Date
04/12/2025
 
Point of Contact
LOGAN J. BROWN, Phone: 2068310697, Dmitri E. Mercer, Phone: 2523356057
 
E-Mail Address
LOGAN.J.BROWN3@USCG.MIL, Dmitri.e.mercer@uscg.mil
(LOGAN.J.BROWN3@USCG.MIL, Dmitri.e.mercer@uscg.mil)
 
Description
This notice constitutes the only solicitation. A written solicitation will not be issued. Solicitation Number 70Z03825RW0000001 is issued as a Combined Synopsis/Solicitation for the Overhaul/Repair of actuators and its components to support the HC-27J and HC-144 Aircraft. The Original Equipment Manufacturer of the components listed in Attachment A - Schedule of Supplies is Moog Wolverhampton Limited (Cage Code: K0648). Any vendor, except the OEM or a Production Approval Holder (PAH), repairing/overhauling/modifying 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 instructed by the Contracting Officer, awards for the repair or overhaul 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. Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03 effective January 17, 2025. The applicable North American Industry Classification Standard (NAICS) Code is 336411. The small business size standard is 1,500 people. The following attachments apply to this solicitation: Attachement A � Schedule of Supplies Attachment B � Terms and Conditions Attachment C � Statement of Work Attachment D � Redacted Justification for Other Than Full and Open Competition It is anticipated that a Sole Source Contract will be awarded as a result of this notice pending the availability of funds. It is the Government�s belief that Moog Wolverhampton Limited is the only potential source with access to the required proprietary technical and engineering data to provide the overhaul/repair of the parts listed on Attachement A � Schedule of Supplies. Concerns having the expertise and required capabilities to provide these parts are invited to submit complete information discussing the same within ten (10) calendar days from this posting. Vendors who do not meet the capability requirement will not be considered. The notice of intent will not be extended or the award delayed for a vendor to submit their data for capability determination or for registration in SAM.gov. Please note: Only proposals with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted. Shipping terms of Ex Works (EXW) or Incoterms 2020 (to include but not limited to DAP Incoterms 2020 and FCA, Incoterms 2020) will not be accepted. The closing date for this solicitation notice is 12 March 2025 at 12:00 pm EST. Point of contact for this solicitation notice is Logan.J.Brown3@uscg.mil. Please indicate 70Z03825RW0000001 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/54b8a4fc45324b99b4ce4f1333313aad/view)
 
Record
SN07340812-F 20250214/250212230034 (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.