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).
BACKGROUND:
The U.S. Coast Guard (USCG) currently operates thirteen HC-144A aircraft each powered by two CT7-9C3 turboprop engines. The HC-144A aircraft is manufactured by EADS CASA based in Seville, Spain, the CT7-9C3 turboprop engines are manufactured by General Electric, Aviation Division based out of Lynn, MA, USA. The base CASA CN-235-300M provides the foundation for the USCG HC-144A aircraft. The USCG HC-144A Maritime Patrol Aircraft and its CT7-9C3 turboprop engines, are operated differently from general aviation in support of such Coast Guard missions as: Search & Rescue, Surveillance, Logistic Support, and Law Enforcement Missions. These missions require frequent operation at lower altitudes and in salt-laden environments which accelerate corrosion on airframe structures, engines and other components. The aircraft, the engines and their components are inspected by USCG personnel in accordance with (IAW) the Original Equipment Manufacturers (OEM) periodic requirements and in conjunction with the USCG's specialized Asset Computerized Maintenance System (ACMS). The Original Equipment Manufacturer (OEM) for the HC-144A is EADS Construcciones Aeronautic, Avenida Aragon, 404, Madrid, Spain 28022, Cage Code 0117B.
USCG OBJECTIVES:
The USCG, Aviation Logistics Center (ALC), Elizabeth City, North Carolina is seeking sources that can provide any or all of the subassemblies and parts identified and listed below. The USCG further seeks sources to establish a five year, firm-fixed price contract to purchase aircraft parts (see listing below). Only the exact part numbers listed in the schedule will be accepted. Only new items are acceptable; reconditioned or used materials are not acceptable. The USCG will not be able to provide manuals or drawings for this requirement. Suppliers must be able to provide necessary certifications including a Certificate of Conformance and traceability to the OEM for the below parts. Traceability means that the supplier must be able to show a clear documented, auditable paper trail for ownership and transfer of each part, from the OEM to the final vendor. The USCG requires that distributors or other potential sources be ASA-100 certified, or in compliance with other quality systems listed in FAA Advisory Circular 00-56A.
PARTS:
P/N Nomenclature
LM806649-20629 AIRCRAFT BEARING
JLM508748-N0629 AIRCRAFT BEARING
L507949-20629 AIRCRAFT BEARING
AE3660030E0180 HOSE ASSEMBLY
100074 HOLD DOWN BAR
100078 WASHER, FLAT
100594 O-RING
100073 WEDGE
166925 PROTECTOR
361-1 CLOTH TAPE
173378-126 CAPILLARY ASSY
179001 IND., DISCHARGE
270276-67 CLAMP
171013 GAGE, PRESSURE
170022 VALVE, OUTLET OXYGEN
174290-26 MASK, THERAPEUTIC
174097-51 MASK, PASS/TYPE EZM900
4088T39P09 PACKING, PREFORMED
61-0467-3 INSULATOR ASSY
1-480704-0 HOUSING
ISOXS709ENF0103- SBACKSHELL
NMC IF1112-26 BOND-ON INDEX PIN, SH
NMC IF1112-25P BOND-ON INDEX PIN, L
C100-013110 PACKING
C100-016110 PACKING
NAS679A08 NUT
380AS014M1810A3 BACKSHELL
447HS198NF1504-4B BACKSHELL
J221P012 PACKING, PREFORMED
S2L-219 PACKING, PREFORMED
S2L-234 PACKING, PREFORMED
G30007CD BUSHING
G30007AD BUSHING
G30010AD BUSHING
G30020AD BUSHING
114-218-1702 PACKING, PREFORMED
113-128-1702 PACKING, PREFORMED
P102C10-11 PROFILE, INSERT
NAS1133-9R SCREW
WM22759/02-*02-9 WIRE
220VK+214J01L00416179 LIGHTED PUSH-SWITCH
409190 SCREW
V053040J WASHER
NAS1153-4 SCREW, CLOSE TOLERANCE
KENCN235-01A COCKPIT WINDOW SHADE
NAS1241AD3-3 RIVET SOLID
0860-0004 CYLON DT CELL
BLC5GL10F PIN
13-06396 SAFETY STRAP REMOVE
SP122D WASHER
2HU70 PLUG
PG233000-04 GASKET, BLANK PLATE
SD028-222 SEAL
SD028-226 SEAL
19C02-32A CLAMP
B3-93-1 GASKET
TS298M CONNECTOR, COAXIAL
P611845 BRUSH GAUGE
676-3291-002 PLUG, RUBBER
D56091 BLOCK
E0354-301 RECEPTACLE, ELECTRIC
25ARM300-20A30 INSULATOR
2315M9-3 BLADE, WINSHIELD WIPER
REPLIES:
Responses to this notice should include company name, address, telephone number, point of contact (POC), complete product details, and brochures which will allow the USCG to understand your product offerings, configurations, auxiliary equipment, and options. Also, state the approximate lead-time after receipt of an order for delivery of your product(s). Please provide the details and terms of any standard warranty included with the product. Additionally, provide a response on whether the product has or has not been qualified for use in any Department of Defense or Federal Government aircraft. Responses can be for any or all of the part numbers listed.
The Government considers the applicable NAICS code to be 336413-Other Aircraft Parts and Auxiliary Equipment Manufacturing. 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, provide 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 website. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will 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.
Responses to this sources sought notice shall be mailed to John R. Travers at United States Coast Guard, 1664 Weeksville Road, Elizabeth City, North Carolina, 27909-0501 or e-mailed to [email protected]. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 08 August 2013 at 16:00 hours (4:00 PM EST). Firms responding to this announcement that 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. 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 potential future solicitation announcement 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.