The United States Coast Guard Air Logistics Center (ALC) is conducting market research to determine suppliers for the following in support of theHC144A CASA Aircraft. The USCG HC-144A is a pressurized, twin-turboprop aircraft with a high cantilever wing and retractable tricycle undercarriage. It is powered by two General Electric CT7-9C3 turboprops which drive Hamilton Standard 14RF-31 four-blade reverse-pitch propellers. The aircraft is specifically equipped to perform all USCG missions which include: search and rescue, maritime safety, security, and logistics, as well as national defense and protection of natural resources. The Original Equipment Manufacturer (OEM) for the HC-144A is 0117B EADS Construcciones Aeronautic, Avenida Aragon, 404, Madrid, Spain 28022.
PART NUMBER NOMENCLATURE
35-61430-0001 PUSHBUTTON
35-66511-0201 FLOODLIGHT
35-71201-0203 SUPPORT
35-93043-0003 HARNESS
02-1838 LAMPHOLDER ASSY.
35-67936-0001-51 HARNESS
CE100270C2801 CLOGGING INDICATOR
35-61327-0011 FLT.DECK LTG. CONTROL UNIT
35-61502-0003 FLT.CONT.DISC.CONTROL UNIT
35-61505-0003 INTERNAL LIGHT CONTROL UNIT
35-61506-0003 EMERGENCY TRIMS CONTROL UNIT
35-61507-0015 SYSTEM CONTROL UNIT
35-61508-0011 ICE PROTECTION CONTROL UNIT
35-61514-0007 CONTROL UNIT, HYD. UTILITY
35-61518-0007 AIR CONDITIONING CU
35-61522-0005 CONTROL UNIT FEATHER
35-61535-0003 WIPER CONTROL UNIT
35-61543-0003 RUDDER TRIM CONTROL UNIT
35-61545-0007 CONST.TORQUE AND APR C/U
35-61548-0007 FUEL SYS. CONTROL UNIT
35-61548-0011 FUEL SYSTEM CONTROL UNIT
35-61557-0001 CONTROL UNIT IEDS
35-61562-0001 CONTROL UNIT AERIAL DLVY.
35-61581-0001 CONTROL UNIT FLT.DECK L/H
35-61617-0005 HYD.SYS.CONTROL UNIT
35-62218-0001 CONTROL UNIT ATTENDENT
35-62565-0007 ATTENDANT CONTROL UNIT
35-62565-0011 ATTENDANT CONTROL UNIT
35-62565-0013 ATTENDANT CONTROL UNIT
35-65205-0045 CKT.BKR.AVIONICS
35-65206-0053 CKT.BKR.AVIONICS
35-65226-0003 START CONTROL UNIT ASSY.
35-65226-0005 START CONTROL UNIT ASSY.
35-65266-0007 EXT.LIGHT CONTROL UNIT
35-65285-0021 CKT.BKR.MISC.
35-65288-0019 ANTI-ICE CONTROL UNIT
35-65292-0003 FIRE CONTROL UNIT
35-65338-0013 DC POWER GEN.UNIT
35-65350-0011 CONTROL UNIT CIRC.BKR.BAT.BU
35-65351-0011 U/C CKT.BKT.(BATBUS
35-66289-0001 CONT.UNIT ELECT.
35-66680-0001 CONT.UNIT-R-FL/DEFU
35-66680-0003 CONT.UNIT-R-FL/DEFU
95-61215-0001 LG POS.IND.CONTROL UNIT
95-61494-0003 CONTROL UNIT, FLAPS
35-61508-0017 ICE PROTECTION CONTROL UNIT
35-63691-0009 HARNESS RH
35-65205-0055-51 CKT.BKR.AVIONICS
35-65285-0027 CIRC.BRK.MIC.
35-66127-0001 RELAY BOX-RIGHT
35-66404-0001 CONTROL UNIT
35-66661-0005 ELECT.BOX L/H MBDU
35-66662-0005 ELEC.BOX-RH MDBU
35-69769-0005 HARNESS 1M/1S L/H
51653-151 CONTROL-FIRE EXTING
D22624000-2 LOWER ELC.HARNESS L
35-69768-0005 HARNESS 2M/2S-RH
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.
Responses to this notice should include company name, address, and telephone number, point of contact (POC) and complete product details, brochures, etc. which will allow the USCG to understand your product, configurations, auxiliary equipment, and options. Also, state the approximate lead-time after receipt of an order for acquiring your product. 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 all or for a few of the part numbers listed.
The Government considers the applicable NAICS code is 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 Deborah Krull at United States Coast Guard, 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 25 June 2012 at 15:45 hours (3:45 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 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.