SOURCES SOUGHT
M -- MH-65E Helicopter Hydro Parts
- Notice Date
- 3/2/2026 6:58:17 AM
- Notice Type
- Sources Sought
- 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
- 70Z03826IB0000006
- Response Due
- 4/3/2026 8:00:00 AM
- Archive Date
- 05/03/2026
- Point of Contact
- Hartley K. Askew, Phone: 5716145047, Destiny Ornelas
- E-Mail Address
-
hartley.k.askew@uscg.mil, destiny.a.ornelas@uscg.mil
(hartley.k.askew@uscg.mil, destiny.a.ornelas@uscg.mil)
- Description
- PURPOSE: This is a Request for Information (RFI)/Sources Sought Notice only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals. This Sources Sought Notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. The USCG is conducting market research to seek sources that have the capability to reverse engineer, provide drawings, and manufacture the items below: Item Name: Floorboard Boot Attachment Mount Part Number: N/A OEM Cage Code: N/A Item Name: Floorboard Marker Beacon Mount Part Number: N/A OEM Cage Code: N/A See Attachment 1 for detailed photographs. Notes: Material: 6081-T6 0.032[DD1] �. Surface treatment: Anodize IAW MIL-A-8625(series) Type I, Class 1 Finish: Epoxy prime IAW MIL-PRF-23377(series) Type I, Class C2. OTHER INFORMATION: The Government will not provide any tooling as Government Furnished Property for the manufacture of any part. The contractor shall manufacture all special, nonstandard tooling and retain it on site as government property. The contractor shall store all special, nonstandard tooling in a weatherproof location or container for a period of three (3) years and be responsible for any damage which may occur during the storage period. Storage shall be no additional cost to the Government. The potential of a First Article of quantity of one (1) each with production buy not to exceed ninety (90) each upon successful completion of form, fit, and function testing on the aircraft by the Government, USCG Engineering within 90 calendar days after receipt of the first article systems. RESPONSES: The Contractor shall be either a (1) Federal Aviation Administration (FAA) or (2) equivalent European Aviation Safety Agency (EASA) Part 145 Certified Repair Facility. The Contractor should also have ISO 9001:2015 certification and FAA Parts Manufacturing Authority Quality System per 14 CFR 21.307 Responses to this notice should include company name, address, telephone number, cage code, and point of contact (POC). Please respond to the following questions: Does your company maintain FAA or equivalent certifications for parts manufacturing authority? Does your company maintain technicians who are certified Level 2 by the American Society for Nondestructive Testing? Is your company capable of performing reverse engineering for the item identified above? Is your business a large or small business? If small, define your company�s socioeconomic classification. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with FAR Clause 52.219-14, specifically 52.219-14(c)(1), �At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern.� Does the company send out work to subcontractors? If so, how much work and what type of work is subcontractor? Provide an estimate lead time for warranty consideration and routine maintenance. Where is your FAA Part 145 Certified Repair facility located? Provide any general comments, thoughts, and feedback your company would like to share regarding this Sources Sought Notice. Please be advised that the USCG will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. After the review of the responses to this RFI/Sources Sought Notice, 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 RFI/Sources Sought Notice are not adequate responses to any future solicitation announcement. If the USCG proceeds with the acquisition, all interested offerors will have to respond to the solicitation once posted to SAM.gov. Responses to this RFI/Sources Sought Notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. SUBMISSION INSTRUCTIONS: Telephone responses will not be accepted. Responses must be received no later than April 3, 2026, at 11:00 a.m. EDT. All responses and questions regarding this RFI/Sources Sought Notice must be emailed to Hartley Askew at Hartley.K.Askew2@uscg.mil. Please indicate 70Z03826IB0000006 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/45f5d92a536a4a02bde782d56a9f1ba2/view)
- Record
- SN07731700-F 20260304/260302230042 (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 |