This is a combined synopsis/solicitation seeking Firm Fixed Price (FFP) quotes for commercial aircraft component repair/overhaul services prepared in accordance with the Federal Acquisition Regulations as supplemented with additional information included in this notice. In the alternative, Test, Teardown, and Evaluation WITH estimated (AVERAGE) repair/overhaul cost Not-to-Exceed (NTE) quotes may be submitted for consideration. The purpose of this solicitation is to determine the best value to the government with regard to repair or overhaul of an aircraft component(s). This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number HSCG38-12-Q-010070 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations. Using Simplified Acquisition Procedures, the USCG Aviation Logistics Center (ALC) intends to award a purchase order to the only known and fully capable OEM Authorized Domestic Repair Source, EADS CASA N. A. / Cage Code 0DAF1. OEM Authorized and Capable and Responsible Vendors in legal possession of necessary OEM Repair and applicable Current Service Data may offer a quote for consideration. The Coast Guard does not own nor can acquire or provide repair manuals or OEM repair data. Firm-Fixed-Price quotes are preferred and will be evaluated based on a low cost technically acceptable basis. Any Not-To-Exceed quotes received will be weighed against Firm-Fixed-Price Quotes by being evaluated based on best value to the government and a Not-To-Exceed proposed average estimated repair cost plus a maximum economical repair cost. This is AN UNRESTRICTED SOLICITATION. This solicitation is for the repair of an HC-144A Aircraft Component/Part(s):
1. Repair of NSN: 1680-01-HS2-4192, ICE PROTECTION C/U, P/N 35-61508-0017
Estimated Quantity to be repaired is 2 each (subject to increase).
2. Repair of NSN: 1680-01-HS2-0055, CON.UNIT-R-FL/DEFU, P/N 35-66680-0003
Estimated Quantity to be repaired is 3 each (subject to increase).
3. Repair of NSN: 6685-01-328-6789, AOA INDICATOR, P/N ECT-30AH1-NVG
Estimated Quantity to be repaired is 1 each (subject to increase).
4. Repair of NSN: 5865-01-HS1-9325, TAC COMPUTER, P/N 0862611300000
Estimated Quantity to be repaired is 1 each (subject to increase).
Repairs must be completed IAW OEM Specifications.
ATTACHED INFORMATION PACKET: Includes a USCG MRS COMMERCIAL ADDENDA, a USCG MRS NOT-TO-EXCEED ADDENDA and the FFP-NTE COMB SYNP-SOL QUOTE EVALUATION PROCESS STATEMENT. Please note that these are examples only and are subject to change prior to award. These are provided for vendor review as one attachment to this combined synopsis/solicitation as posted in www.fbo.gov.
Closing date and time for receipt of offers is February 22, 2012 4:00 PM, EST. All responsible and capable sources may submit an offer, which shall be considered by the Agency. Award will be based on confirmed capability and overall best value to the government. Anticipated award date is on or about February 23, 2012 with an anticipated Required Delivery Date of September 20, 2012. Contact Mr. Terence L. Blucker, Purchasing Agent / SAP Contracting Officer via email at [email protected] with any questions regarding this solicitation. Quotes will be accepted via e-mail at the above address, or attention to Mr. Blucker at the following address:
USCG AVIATION LOGISTICS CENTER (ALC)
MEDIUM RANGE SURVEILLANCE (MRS)
ELIZABETH CITY, NC 27909
Bid Protests Not Available