Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 28, 2025 SAM #8523
SOURCES SOUGHT

J -- Aircraft Maintenance Services

Notice Date
3/26/2025 1:50:00 PM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825IB0000004
 
Response Due
4/25/2025 9:00:00 AM
 
Archive Date
05/25/2025
 
Point of Contact
Destiny Ornelas, Terrie L. Pickard
 
E-Mail Address
destiny.a.ornelas2@uscg.mil, Terrie.L.Pickard@uscg.mil
(destiny.a.ornelas2@uscg.mil, Terrie.L.Pickard@uscg.mil)
 
Small Business Set-Aside
8A 8(a) Set-Aside (FAR 19.8)
 
Description
Amendment 1: QUESTION: I wanted to inquire about the requirement for Aircraft Maintenance Services on SAM.Gov 70Z03825IB0000004 and on APFS# F2025069306. The Draft Acquisition Timeline on SAM.gov is as follows: Estimated Solicitation Release: 08/12/2025. Estimated Proposal Submittal: 09/11/2025 Estimated Award Date: 04/01/2026. However, the APFS lists an Estimated Solicitation Release: 2025-05-26 and an award date of Q1 FY2026. Can you confirm which timeline is more accurately expected to be used for this procurement? ANSWER: The APFS has been updated to reflect the Estimated Solicitation Release date of 08/12/2025 and the Estimated Award date of 04/01/2026. USCG APFS# F2025069306 Title: Aircraft Maintenance Services The USCG is conducting market research to seek sources and gain knowledge on industry�s capability for any 8(a) small business to provide Aircraft Mechanic Services for the United States Coast Guard (USCG), Aviation Logistics Center (ALC), Short Range Recovery (SRR) Product Line in accordance with the attached draft Statement of Work (SOW). The Government anticipates to competitively award a single award contract. The period of performance will consist of a one-year base period and four one-year option periods. NOTE: THIS REQUEST FOR INFORMATION (RFI) IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES ONLY. IT IS NOT A SOLICITATION; NOR IS IT A PROMISE TO ISSUE A SOLICITATION. This RFI does not commit the Government to contract for any supply or service. Presently, the USCG is not seeking proposals. Respondents are advised that the U.S. Government will not pay any cost incurred in response to this RFI; and that all associated costs shall be the sole responsibility of the Respondent. While Respondents are encouraged to submit a response, deciding not to do so, does not preclude participation in any future solicitations. The information provided in this RFI is subject to change and is not binding upon the Government. All submissions will become the property of the Federal Government and will not be returned to the Respondent. Also, other than acknowledgment of receipt, if requested by the Respondent, those who respond to this RFI should anticipate no feedback about its submission. PURPOSE AND OBJECTIVES This is an RFI to identify available sources for services. The USCG is looking for industry to submit information on their ability to provide necessary; personnel, management, and administrative services required to meet the requirements of the Draft SOW. RFI RESPONSE INSTRUCTIONS Responses should include the following: Name and address of contractor Cage Code Point of contact including name, title, phone, and email address List of capabilities State your 8(a) Business Development Program status under NAICS code 336411 GSA Contract information if applicable and other information that provides the Coast Guard with a more accurate picture of the potential marketplace for this requirement. The NAICS code is 336411 and the small business size standard is 1,500 employees. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this sources sought synopsis are not adequate responses to any future announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Draft Acquisition Timeline: Estimated Solicitation Release: 08/12/2025. Estimated Proposal Submittal: 09/11/2025. Estimated Award Date: 04/01/2026 IMPORTANT NOTE: Proprietary information, if any, should be minimized and MUSTBE CLEARLY MARKED. To aid USCG, ALC, please segregate proprietary information. Please be advised that all submissions become the property of the Federal Government and will not be returned. Responses to this RFI may be evaluated by Government technical experts draw from staff within ALC. The Government reserves the right to utilize vendor support in the review and evaluation process. All vendors will be bound by appropriate non-disclosure agreements to protect proprietary and source selection information. This action will be government under DHS law enforcement sensitive guidelines.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/4aa74dab2b844a44a61b3800e14cb096/view)
 
Record
SN07387569-F 20250328/250326230100 (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.