Inactive
Notice ID:70Z03820IL0000005
Radar Radome Repair/Refurbishment Sources Sought Notice 70Z03820IL0000005 This is not a request for proposals. This synopsis is for information, planning and market research purposes only. This is not...
Radar Radome Repair/Refurbishment Sources Sought Notice 70Z03820IL0000005 This is not a request for proposals. This synopsis is for information, planning and market research purposes only. This is not a solicitation announcement and no contract will be awarded from this announcement. Small and disadvantaged businesses are encouraged to provide a response. BACKGROUND: The U.S. Coast Guard Medium Range Surveillance Maritime Patrol Aircraft (HC-144) is a transport and surveillance aircraft that is used to perform search and rescue, enforce laws and treaties including illegal drug interdiction, marine environmental protection, military readiness, and international ice patrol missions. The United States Coast Guard (USCG) currently operates eighteen (18) HC-144 aircraft and the Medium Range Surveillance (MRS) product line performs depot level maintenance on 4 HC-144s per year. CONTACT: Attn: John “Hank” Krebs, MRS Product Line Engineering, U.S. Coast Guard Aircraft Logistic Center, HMF 2 1060 Consolidated Road Elizabeth City, NC 27909 Email: J.Hank.Krebs@uscg.mil Phone: (252) 384-7177 SYNOPSIS: USCG, Aviation Logistics Center (ALC), Elizabeth City, NC is seeking sources that can provide Radar Radome repair and refurbishment for the HC-144. The 2 radomes to be reworked/repaired are the Nose Radome, P/N 4342X, and the Center Fuselage Lower radome, P/N 4963-100V1 or P/N 4963-100. The contractor shall be capable of repairing, performing transmissivity testing, and certifying the radomes in accordance with (IAW) the original equipment manufacturer’s (OEM) component maintenance manual (CMM). Saint Gobain is the OEM. Some of the worked required is to remove and replace the radome CAAPCOAT with a standard polyurethane top coat MIL-PRF 85285, TYPE IV, CLASS H, Coast Guard White FSCN 17860, and the installation of a preformed leading edge erosion boot. The contractor shall be responsible for obtaining the technical information necessary to perform these repairs. The contractor shall provide a detailed list of all damage and repair actions, including costs associated with the repair or modification of each radome to the USCG Contracting Officer and the MRS HC-144 Engineering Officer. The contractor shall also provide a component repair record, and a FAA 8130-3 or a Certificate of Conformance (COC) IAW FAR 52.246-15 for all components. These forms shall be packaged with each component. All companies that can provide the services are encouraged to provide a capability statement, company cage code, brochures, or any other information demonstrating that the radome repair services can be provided. Please respond to the 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 service listed on a GSA schedule? (8) Do you have other government agencies using the service, and if so which agencies, POCs and contract numbers? (9) If possible, any POCs for civilian users for general usage of the service 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 System for Award Management (SAM). Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors shall have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the USCG to award any contract. TELEPHONE RESPONSES SHALL NOT BE ACCEPTED. Responses shall be received no later than 13 MARCH 2020 at 4:00 PM EST. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the USCG make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining potential sources only. 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 that solicitation announcement (if, any) separately from the responses to this announcement. 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. Organizations having the required expertise and capabilities are invited to provide comments. The information contained here shall pertain to this sources sought and shall not be construed as a solicitation. The Coast Guard does not intend to pay for the information received. REPLIES: All interested parties should respond via email to John “Hank” Krebs, at J.Hank.Krebs@uscg.mil or by mail to Hank Krebs, MRS Engineering Cell, HMF #2, USCG Aviation Logistic Center, 1664 Weeksville Road, Elizabeth City, NC 27909. If you have any questions, please feel free to call (252) 384-7177.