Starter Generator Brush Block Modification
SYNOPSIS: This is not a solicitation announcement. This is a sources sought synopsis only. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose... SYNOPSIS: This is not a solicitation announcement. This is a sources sought synopsis only. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the United States Coast Guard (USCG). The USCG, Aviation Logistics Center (ALC) is conducting market research to determine manufactures and suppliers described as follows. BACKGROUND: The USCG HC-144 (CN-235) is a pressurized, twin-turboprop aircraft with a high cantilever wing and retractable tricycle undercarriage. It is powered by two General Electric CT7-9C3 turboprops which drive Hamilton Sundstrand 14RF-31 four-blade reverse-pitch propellers. The aircraft is specifically equipped to perform all USCG missions which include: search and rescue, maritime safety, security logistics, as well as national defense and protection of natural resources. The Original Equipment Manufacturer (OEM) for the HC-144 Aircraft is Airbus Military and it is sold commercially as the CN-235. USCG, Aviation Logistics Center, Elizabeth City, North Carolina is seeking to improve brush wear on the HC-144 starter generator, P/N 8160-530MOD-H, NSN 2925-01-HS1-9367. Warn brushes are the #1 failure of the starter generator and improving brush wear can provide the benefits of reduced maintenance and repair cost. USCG OBJECTIVES: USCG, ALC, Elizabeth City, North Carolina is seeking sources that can provide testing to meet the OEM requirements, Issue an Engineering change notice to be approved by the USCG, Write a Service Bulletin (SB) to modify units to the new configuration, Publish the SB, Develop a Component Maintenance Manual (CMM), Publish CMM with rights of Distribution authorized to the Department of Homeland Security and USCG contractors only. Modification of 2 units for engineering, testing, and analysis is acceptable. Verify brush wear after 1200 hours. The initial goal of such modifications is to reach 1,200 FHs before scheduled Starter Generator Overhaul without any intermediate Brush-Checks. REPLIES: All companies that can provide the product are encouraged to provide a capability statement, company cage code, brochures, or any other information demonstrating that they can provide the Starter Generator Brush Block Modification. Responses to this notice should include: (1) Company Name (2) Address (3) Telephone number (4) Point of Contact Respondents are requested to provide information for the additional following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? (9) If possible, list any POCs for civilian users for general usage of product questions. 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 in the Federal Business Opportunity (FBO). Insert "70Z03819IL0000002 Response" in the subject line of the email. After review of the responses to this sources sought announcement, and if the USCG decides to proceed with an acquisition, a solicitation announcement will be published in the Federal Business Opportunity (FBO). Again, this is not a request for proposals and in no way obligates the Government to award any contract. Responses to this sources sought notices shall be emailed to Lisa.A.Daum@uscg.mil . TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than March 15, 2019, 4:00 PM EST. 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. All interested parties must respond to any subsequent solicitation announcement separately from the responses to this announcement. Responses to this sources sought notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Respondents who fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. 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. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT NOTICE OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as informational only. No entitlement to payment or direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FedBizOpps.gov portal.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »