Provide Paint facility and services
BACKGROUND: The HC-27J aircraft is uniquely equipped to perform all USCG missions that include maritime response, maritime prevention, maritime security operations, defense operations and search and r... BACKGROUND: The HC-27J aircraft is uniquely equipped to perform all USCG missions that include maritime response, maritime prevention, maritime security operations, defense operations and search and rescue. The original equipment manufacturer for the HC-27J is Leonardo Spa. The United States Coast Guard Medium Range Surveillance (MRS) product line provides depot level maintenance for the HC-27J. During the performance of this maintenance the aircraft is stripped and repainted to assist in the prevention and detection of corrosion. PURPOSE: The United States Coast Guard (USCG) is issuing this request for information (RFI) for market research purposes to identify sources that can provide a facility and paint services for painting a HC-27J on a case-by-case basis. SERVICES: The Contractor shall supply all labor, equipment, facilities, masking materials, pre-paint solutions, primer, and topcoats. CONTRACTOR FACILITIES: The Contractor shall have an onsite paint facility and the capabilities and equipment to perform minor aircraft maintenance as described in the Minor Maintenance section. The Contractor shall provide all services necessary to prepare and externally paint the HC-27J aircraft in accordance with (IAW) the respective paint drawings. HC-27J Paint and Detail drawings 1300-11-1; and HC-27J Exterior Placards and Markings Stencils Drawing 1300-11-2; Government published standards, HC-27J technical orders, and associated maintenance requirements. NOTE 1: The USCG will inspect and paint the following areas during depot maintenance: propeller cap, propellers, interior and frames of crew entrance doors, escape hatches and cargo ramp, landing gear and interior landing gear wells, flight control surfaces (ailerons, elevators, rudder, flaps) and their leading-edge box structures, antennas, and radomes. These areas do not require painting by the Contractor. The Engine Cowlings will be painted by the Contractor at their facility. NOTE 2: The aircraft’s exterior surface has numerous areas of composite materials. Location and type of composite materials can be found on the aircraft paint drawings. The Contractor shall be Ground and Flight Risk (GFR) compliant in accordance with DCMA INST 8210.1. The Contractor’s repair facility shall be capable of performing all aircraft painting as described in this RFI. All aircraft efforts under this contract shall be performed by the Contractor at a single Continental United States (CONUS) qualified facility. This painting facility shall be capable of completing work in an environmentally controlled paint hangar. Atmospheric conditions and aircraft skin temperatures shall meet technical order requirements specified by all applicable manuals addressed in this RFI. The Contractor’s facilities shall meet the following minimum airport requirements: The airport shall meet the requirements of FAA Federal Aviation Regulation Part 139 Certification of Airports, Sub Part D, and Operations. The airport shall be certified for Instrument Approach Procedures that meet the requirements of FAA Federal Aviation Regulation Part 97, Standard Instrument Procedures. The airport shall have an FAA certified VHF Omni- Directional Range (VOR), Instrument Landing System (ILS), Non-Directional Beacon (NDB) or Tactical Air Navigation (TACAN) approach. The airport shall have an operating control tower and an operating Flight Service Station (FSS) or operating Aeronautical Advisory Station (UNICOM) for all USCG aircraft arrivals and departures. If the airport does not have an operating tower or FSS, it shall have an Automated Terminal Information System (ATIS) or similar capability to provide accurate weather conditions for the landing runway. The airport shall provide capability for the tower, FSS or UNICOM to maintain radio communication with the aircraft during all ground operations, such as taxi, take-off, and landing and be able to alert the firefighting and medical facilities in the event of a mishap. At a minimum, the servicing airfield must be able to accommodate the HC-27J based on normal (non-tactical) takeoff and landing performance in accordance with the aircrafts’ performance manual for field length, departure, approach, climb gradients, runway and ramp weight bearing capacities, and taxi obstruction clearances. The Contractor's paint facility shall be able to hot purge and service the liquid oxygen system on the HC-27J aircraft. The Contractor shall provide nitrogen servicing capability. The Contractor shall provide an aircraft power cart compatible with the HC-27J. The Contractor shall provide physical security and fire protection. Contractor physical security shall be designed to prevent random entry to the contractor’s paint facilities by unauthorized personnel to protect U.S. Government personnel and property. The Contractor is also responsible for preventing malicious acts or damages to USCG assets by Contractor employees. The RFI shall also include any supplies, support equipment, installation requirements, and other services applicable to this Sources Sought. Copies of drawings 1300-11-1 and 1300-11-2 are available upon an email request to Hank Krebs at John.H.Krebs@uscg.mil. The contractor shall also submit a Rough Order of Magnitude. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 488190. Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned. After reviewing RFI responses and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or not to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. Request: If your organization has the capability to provide portable aircraft wash rack systems, please provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. Submission Instructions: Interested parties are invited to submit a response to the above questions by July 24 Responses shall be emailed to John.H.Krebs@uscg.mil with "70Z03823IL0000105 Sources Sought Response" inserted in the subject line of the email. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 24 July, 2023 at 16:00 hours (4:00 PM EST). The Government believes the applicable NAICS code is:488190 All responses and questions regarding this RFI must be emailed to: John “Hank” Krebs, Jr., Equipment Specialist Email: John.H.Krebs@uscg.mil
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »