Sources Sought Notice - 70Z03819IL0000008
Sources Sought for Potential Repair and/or Overhaul Vendors for Various Honeywell Components.
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 any commercially available repair and/or overhaul vendors that may be of interest to the United States Coast Guard (USCG). This notice is to assist the USCG in determining the potential sources capable of repair/overhaul services for the items listed below. The Original Equipment Manufacturer (OEM) is Honeywell International.
Responses to this notice should include company name, address, and telephone number, point of contact (POC), repair capabilities, certifications, etc. which will allow the USCG to understand your full capabilities. Also, provide evidence of possession of an OEM license to ensure access to the most current OEM data and OEM replacement parts.
PART NAME |
NSN |
PART NUMBER |
Alternating Generator |
6115-01-114-9696 |
28B302-8-DM |
Fuel Control Assembly |
2910-01-327-4184 |
3883420-1 |
Remote Control Head |
5963-01-577-9158 |
1209-2160-Fa |
Valve-Secondary Flow Control |
4820-01-484-0244 |
103698-3 |
Air Pressure Control |
1660-01-484-0253 |
2119924-1 |
Power Supply - Emergency Light |
6140-01-305-9655 |
60-3895-1 |
Inertial Embedded GPS |
1680-01-HS1-9523 |
34209700-5N7A |
Inertial Embedded GPS |
1680-01-HS3-0057 |
34209700-WN7B-001 |
EGPWS |
5841-01-530-5537 |
695-1076-040-218-218 |
Cockpit Voice Recorder (CVR) |
5835-01-522-9881 |
980-6022-011 |
Flight Data Recorder |
6610-01-487-4626 |
980-4700-041 |
CNI System Processor |
5998-01-473-1680 |
8519600-923 |
T.A.W.S |
6340-01-561-1670 |
965-0779-001 |
Outflow Valve |
1660-01-510-1166 |
102150-2 |
Nacelle Interface Unit (NIU) |
1560-01-476-3963 |
2118908-4 |
Butterfly Valve |
4810-01-470-7884 |
396308-4-1 |
Butterfly Valve |
4810-01-482-4911 |
3290290-2-3 |
TCAS II Processor |
5841-01-470-8036 |
066-50000-2930 |
Radar Treciever - Transmitter |
5841-01-433-9479 |
HG9550AA01 |
Air Pressure Controller |
1660-01-527-5193 |
2118932-5 |
Air Pressure Regulator |
1660-01-483-3094 |
103036-5 |
EGI |
6605-01-615-5547 |
3358481-5 |
Air Temperature Control Sensor |
1660-01-483-3091 |
1151148-3-1 |
Butterfly Valve |
4820-01-437-6088 |
109864-1 |
Temperature Control APU |
6685-01-483-3154 |
304820-1 |
Butterfly Valve |
4810-01-380-6588 |
3290750-1-1 |
Butterfly Valve |
4810-01-483-3116 |
3291272-2-1 |
Flight Control Processor |
6615-01-483-3217 |
8527198-901 |
TCAS Computer |
5821-01-451-0760 |
066-50000-0108 |
Extended Handheld Download Unit |
7010-01-HS2-5987 |
69001074-060 |
Modern Signal Processor |
1680-01-HS2-6119 |
1239-2250-FA |
Radar Control |
5895-01-HS2-0471 |
7008471-710 |
Modulating Valve |
2995-01-159-4660 |
3214072-3 |
Radar Altimeter Receiver-Transmitter |
5840-01-HS2-0373 |
HG7210CB01 |
EGI Computer |
6605-01-HS2-9746 |
HG9869AA1-001 |
Air Cycle Machine |
1660-15-202-7067 |
203920-3 |
BLD RAM Valve Air M |
1650-99-490-4335 |
4252B000-001 |
Controller - Flight AU |
6615-01-449-2899 |
6615-01-449-2899 |
EGPWS Computer |
5841-01-HS2-8835 |
965-0779-002 |
Valve-Low Limit TEM |
1660-01-522-6902 |
3291542-2 |
BLD Valve - Shutoff |
1650-99-133-3881 |
4226B000-003 |
Valve |
1660-01-522-6899 |
3291510-1 |
Regulator - Air Flow |
1650-99-997-5751 |
4227B000-003 |
ECS Temp Control |
1680-15-202-9368 |
1152496-2-1 |
SATCOM HPA |
5895-01-HS2-8677 |
7520000-20140 |
SATCOM SDU |
5821-01-HS2-8715 |
7516118-24130 |
SATCOM HSD UNIT |
7025-01-643-7131 |
7520061-34010 |
SERVOMOTOR-AUTO.PIL |
6615-01-225-8241 |
8503421-916 |
Please respond to the following questions:
(1) Is your business a large or small?
(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) Are you services listed on a GSA schedule?
(8) Do you have other government agencies using your repair facility, and if so which agencies, provide POC's and contract numbers?
After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the repairs, a solicitation announcement will be published on FBO. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offers 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 Government to award any contract. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Any questions concerning the technical questions should be directed to Mr. John Turmelle at [email protected] and any contractual questions should be directed to Ms. April R. Bennett at [email protected]. Include the Sources Sought # 70Z03819IL0000008 in the subject line. Telephone responses will not be accepted. Responses must be received no later than November 1, 2018 at 4:00 p.m. 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 contract 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 separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offers list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests.