SOLICITATION NOTICE
53 -- Clevis Assembly
- Notice Date
- 4/3/2025 8:04:18 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
- 70Z03825QJ0000250
- Response Due
- 4/10/2025 11:00:00 AM
- Archive Date
- 04/25/2025
- Point of Contact
- Paige Kressley, MRR Procurement Mailbox
- E-Mail Address
-
Paige.E.Kressley@uscg.mil, mrr-procurement@uscg.mil
(Paige.E.Kressley@uscg.mil, mrr-procurement@uscg.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- 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 70Z03825QJ0000250 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 January 17, 2025. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This solicitation is 100% Set-Aside for Small Business. 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: Clevis Assy National Stock Number: 5340-01-163-9428 Part Number: 70400-24001-042 Quantity: 10 EA Requested Delivery: 09/01/2025 At the time of award, the USCG intends to place an order for the purchase of ten (10) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require ten (10) additional items for a maximum quantity of twenty (20) at the same price and lead time as the original order, for up to three hundred and sixty-five (365) days after the initial award date. ***Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor. All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Rotair Aerospace Corp (Cage Code 54878). 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 airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or 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 � 70Z03825QJ0000250� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. Closing date and time for receipt of offers is 4/10/2025 at 2:00 PM Eastern Time. Anticipated award date is on or about 4/14/2025. E-mail quotations may be sent to Paige.E.Kressley@uscg.mil. Please indicate 70Z03825QJ0000250 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/06bf31bc9f9b46eca5ba1d083ce66443/view)
- Record
- SN07397039-F 20250405/250403230048 (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 |