Inactive
Notice ID:70Z03821IL0000003
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 sources that can repair/overhaul the CT7-9C3 engines, modules, and components that may be of interest to the United States Coast Guard (USCG). BACKGROUND: THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The United States Coast Guard (USCG), Aviation Logistic Command, Medium Range Surveillance HC-144 Product Line is in the process of developing the acquisition strategy for the award of a requirements based contract for repairs/overhauls of the CT7-9C3 engines, modules, and components. This is a Sources Sought Notice and a Request for Information (RFI). This is NOT a solicitation and proposals are not being requested at this time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and shall be provided at no cost to the Government. Contact with Government personnel other than the Contracting Officer by any potential Offeror or their employees regarding this requirement is strictly prohibited. The purpose of this posting is to locate experienced Offerors capable and interested in providing the services identified herein. Any interested party shall submit a capability statement by the closing date of this notice and will be considered by the Government for the purposes of determining the acquisition strategy for a future solicitation. The capability statement shall outline the potential Offerors’ experience with providing CT7-9C3 engines, modules, and components repair/overhaul services. Please include only capabilities relative to this requirement. Potential Offerors MUST be a certified Federal Aviation Administration (FAA) Part 145 authorized repair/overhaul center and have experience performing CT7-9C3 engines, modules, and components repairs/overhauls and have all the necessary provisions to perform the contract requirements for the CT7-9C3 engines, modules, and components repairs/overhauls, including but not limited to, required tooling, facilities, manuals, test equipment, parts, material, engineering services, management, personnel, documentation, preservation, and shipping. Many of the CT7-9C3 engines, modules, and components under this requirement will be removed from the aircraft during the aircraft maintenance cycle, or from operational aircraft at various air stations. Therefore, the mandatory turn time of 120 days after contractor receipt of the components is required. Component parts will be cleaned IAW applicable Component Maintenance Manuals for Selecting Chemical Agents and Processes for De-painting and General Cleaning of Aircraft and Aviation Products, to ensure they are as free as practical of all hazardous dust to include Hexavalent chromium, cadmium, and lead. Information on these hazards can be found in Occupational Safety and Health Standards 1910.1025 (lead), 1910.1026 (Hexavalent Chromium) and 1910.1027 (Cadmium) Potential Offerors shall not submit proprietary information when responding to this notice. Potential Offerors shall also note that the Government will not return any information submitted in response to this notice. Responses are due no later than 2:00 PM on April 30, 2021. Please send your responses to this RFI via email directly to Theresa Alkeus at Theresa.L.Alkeus@uscg.mil. All responses must include the following information: Company Name Company Address Company Business Size/Socio-economic category (if applicable) DUNS Number Point of Contact (POC) name, phone number and email address Responses shall not exceed fifteen (15) single-sided pages. Email submissions are subject to size and type restrictions (typically limited to less than 5MB in size and only executable attachments such as .doc and .pdf files) as well as any other appropriate network measures. It is the potential Offeror’s responsibility to verify email submissions have been received and can be viewed. The following is a brief example of a few of the items that may be included for repairs/overhauls under this contracting effort. IT IS NOT ALL INCLUSIVE and does NOT constitute the entire schedule of requirements. Nomenclature Part Number Engine, Assy CT7-9C3 6058T83G01 Propeller Gearbox 5074T51G16 Power Turbine Module 6082T25G01 Assy GG Rotor & Stator 5175T01G01 Comp Assy Rotor,Stator 5175T00G01 Case Assy Diffuser and Midframe 6071T77G11 Shaft-Propeller Gearbox Drive 6044T65G03 Nozzle Assy-Stage 1 6071T04G27 Liner Combustion 6080T13G08 Gearbox Assy - Accessory Drive 6044T13G18 H.M.U. Hydromechanical C/U 6068T72P25 Pump, Fuel Boost 5034T91P06 or RR53150F Control Unit, Digital Electrical 6071T20P20 Valve, Anti Icing 6068T56P01 Drive Shaft Housing 3065T25P01 Cable Assy 6068T54P01 Strut 5056T56P01 Drive Shaft Housing 6068T75G01 Support, Oil Sump 6044T34G02 Brake Head 782544-30