Any vendor, except the Original Equipment Manufacturer (OEM) or a Production Approval Holder (PAH), repairing Coast Guard Aircraft Components MUST be FAA 145 certified and perform at least fifty percent (50%) of the work at their company's FAA certified facility. Unless otherwise directed by the Contracting Officer, awards for the repair or overhaul of Coast Guard Aircraft Repairable Components shall only be awarded directly to service vendors who have been deemed fully capable of performing such services by division level command-appointed Coast Guard Engineers or Equipment Specialists.
Vendors who do not meet the above stated capability requirement will not be considered and should not respond to this solicitation/request for quote.
This solicitation will not be extended or the award delayed for a vendor to submit their service data for capability determination or for registration in SAM.GOV. If not previously deemed capable by ALC MRS Engineering, vendors who believe they would otherwise qualify based on the aforementioned criteria are encouraged to contact [email protected] for a capability evaluation and determination toward future awards consideration. NAICS Code 488190 is applicable. If a Small Business Set-Aside was applicable, IAW Small Business Administration, under NAICS Code 488190 the Small Business Size Standard is under $32,500,000.00. However, This solicitation is UNRESTRICTED. This solicitation is for the repair of HC-144 Aircraft Component/Part(s): The Coast Guard intends to issue a Not-To-Exceed post assessment firm fixed price repair order, to the Aircraft Original Equipment Manufacturer (OEM) for repair using OEM Proprietary Data for the following item(s):
2 Each NSN 6620-01-HS2-3401, P/N 160M042S/W=5.0, I.E.D.S
(Repair is to be IAW CMM31-61-32 REV C DTD 7/26/11 and tested IAW 9902-0761 REV J)
The Coast Guard does not own nor can provide the OEM's Service Manuals, Service Bulletins, or Proprietary Data. Unless OEM, with their quote, vendors must provide a copy of the relevant pages of the current proprietary OEM repair data as applicable , and in their quote make reference to it (i.e. "repair will be IAW ..."). A standard information packet and a sole source justification document(s) as applicable is attached to this Special Notice of Intent to Award. The closing date for this intent to award notice is November 7, 2016 at 7:00 am EST. The anticipated award date is on or about November 8, 2016, and the Required Delivery Date of January 20, 2017 has been requested. Point of contact for this intent to award notice is Mr. Terry Blucker PA/KO, email [email protected].