HC-27J and HC-144 Aircraft Spares
SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY UNITED STATES COAST GUARD (USCG) HC-27J AND HC-144 AIRCRAFT SPARES NAICS Code: 336413 SYNOPSIS: This is not a solicitation announcement. This is a sour... SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY UNITED STATES COAST GUARD (USCG) HC-27J AND HC-144 AIRCRAFT SPARES NAICS Code: 336413 SYNOPSIS: This is not a solicitation announcement. This is a source 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 USCG. BACKGROUND: The USCG operates eighteen (18) HC-144 Maritime Patrol Aircraft, each equipped with two (2) CT7-9C/3 engines, and sixteen (16) off-wing spare engines and operates seven (7) HC-27J Maritime Patrol Aircraft. The Original Equipment Manufacturer (OEM) is Honeywell International Inc, 1300 West Warner Road, Tempe AZ 85284. 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 Offeror’s experience with providing spare components for the HC-27J and HC-144 aircraft. Please include only capabilities relative to this requirement. Potential Offerors MUST be ASA-100 certified, or in compliance with other quality systems listed in FAA Advisory Circular 00-56A. All components should be new with traceability back to the OEM. REPLIES: Responses to this notice should include company name, address, and telephone number, point of contact (POC), details on company quality systems and include documentation that provides traceability to the OEM for each part, complete product details, brochures, etc., which will allow the USCG to understand your product, configurations, auxiliary equipment and options. Please state the approximate lead-time for acquiring your product and the details and terms of any standard warranty included with the product. 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 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, 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). 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 Sam.gov website. Again, this is not a request for proposals and in no way obligates the Government to award any contract. Responses to this sources notice shall be emailed to Theresa.L.Alkeus@uscg.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 04 April 2022 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 assist the USCG in identifying 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 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. 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 SAM.gov portal. The following is an example of several items that may be included for spares under this contract effort. IT IS NOT ALL INCLUSIVE and may NOT constitute the entire schedule of requirements. Nomenclature Part Number TPA-100 TCAS PROCESSOR 3291536-1 DIPLEXER 7516193-901 ECU 927330-4 HEAT EXCHANGER 183722-2 COCKPIT PRIORITY VALVE 3291554-1 ECS WATER SEPERATOR 2341558-2 ECS TRIM VALVE 3291510-1 AIR CYCLE MACHINE 203920-3 VALVE, SOLENOID C/AC 4235B000-001 BLD PRECOOLER 8833C000-004 BLD HP S/O VALVE 4225B000-003 BLS RAM AIR MODULAT 452B000-001 BLD OVHT SWITCH 5896C000-001 BLD OVERPRESS SWITCH 3069A000-002 BLD CHECK VALVE 4224B000-003 SENSOR AMBIENT TEMP 1151834-1 COALESCER ASSY 180849-4 TRIM, VALVE 3291536-1 SATCOM HPA 7520000-20140 EGI COMPUTER HG9869AA1-001 AUTOMATIC DRAIN VALVE 5848993-1 CHECK VALVE 5848997-1 PNEUMATIC SENSOR 129890-2 LIGHT,ASSY,WING POS 30-2688-1 LIGHT,ASSY,WING POS 30-2688-2 SATCOM SDU 7516118-77135 SATCOM HSD UNIT 7520061-34017
Data sourced from SAM.gov.
View Official Posting »