Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 06, 2025 SAM #8500
SOLICITATION NOTICE

16 -- Overhaul Servovalve, Hyd

Notice Date
3/4/2025 10:33:40 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
70Z03825QJ0000110
 
Response Due
3/12/2025 11:00:00 AM
 
Archive Date
03/27/2025
 
Point of Contact
Julie Lininger, MRR Procurement Mailbox
 
E-Mail Address
julie.g.lininger@uscg.mil, mrr-procurement@uscg.mil
(julie.g.lininger@uscg.mil, mrr-procurement@uscg.mil)
 
Description
A00007 - The response date for this combined synopsis/solicitation has been extended until March 12, 2025 at 2:00 PM EDT. A00006 - Attachment 3 - Terms and Conditions have been revised to incorporate the FAR Clause 52.223-23 and the following changes: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Components shall not consider or use these representations. Contracting officers will not consider the following representations when making award decisions or enforce requirements: � Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services; � Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply; � Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services; and � Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. A00005 - The response date for this combined synopsis/solicitation has been extended until March 4, 2025 at 2:00 PM EST. A00004 - Attachment 3 - Terms and Conditions have been revised to remove FAR Clause 52.222-21 and FAR Clause 52.222-26 per E.O. 14173. All other items regarding this solicitation remain unchanged. A00003 - The response date for this combined synopsis/solicitation has been extended until February 24, 2025 at 2:00 PM EST. A00002 - The response date for this combined synopsis/solicitation has been extended until February 13, 2025 at 2:00 PM EST. A00001 - The response date for this solicitation has been extended until January 29, 2025 at 2:00 PM EST. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 70Z03825QJ0000110 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-02 effective 3 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 for the overhaul of Servovalve, Hydraulic on a sole source basis as a result of this synopsis/solicitation. Pricing should be provided on Attachment 1 � Schedule-70Z03825QJ0000110. The Original Equipment Manufacturer (OEM) of this item is Parker Hannifin (Cage Code 93835). All overhauls shall be performed by the OEM. Concerns that are OEM authorized and have the expertise and required capabilities to overhaul this item are invited to submit offers in accordance with the requirements stipulated in this solicitation. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15 with every overhauled component. COC must be submitted in the format specified in the clause. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE : ATTACHMENT 1-�SCHEDULE-70Z03825QJ0000110� ATTACHMENT 2��STATEMENT OF WORK-70Z03825QJ0000110� ATTACHMENT 3 -�TERMS AND CONDITIONS � 70Z03825QJ0000110� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA ATTACHMENT 4 � �REDACTED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION � 70Z03825QJ0000110� Closing date and time for receipt of offers is 3/12/2025 at 2:00 PM Eastern Standard Time. Anticipated award date is on or about 3/17/2025. E-mail quotations may be sent to Julie.G.Lininger@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03825QJ0000110 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/67089819c20046578182d183ade42c94/view)
 
Record
SN07360359-F 20250306/250304230045 (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.