Trade Leads

Support Activities for Transportation Needed 
Aircraft components & accessories NAICS Code: 488 -- Support Activities for Transportation/488190 -- Other Support Activities for Air Transportation 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 and the format in Subpart 12.6, as supplemented with additional information included in this notice. In the alternative, Test, Teardown, and Evaluation (TT&E) with estimated (AVERAGE) repair/overhaul cost quotes may be submitted for consideration. When in receipt of evaluation or baseline price quotes only, the government reserves the right to issue a purchase order based on the government's historical pricing data. The purpose of this solicitation is to determine the best value to the government with regard to the repair/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 HSCG38-16-Q-010035 is assigned for tracking purposes only. Federal Acquisition Regulations 52.212-1, 52.212-2, 52.212-3, 52.212-4, and 52.212-5 apply. Instructions to Offerors-Commercial and the incorporated provisions and clauses are those in effect through the current Federal Acquisition Circular 2005-84. Using Simplified Acquisition Procedures, the USCG Aviation Logistics Center (ALC) intends to award a purchase order to the OEM or a fully capable repair vendor. 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 repair data for capability determination or for registration in SAM.GOV. If not previously deemed capable by ALC MRS, such vendors should forward any request for capability determination to Bryan.P.Bray@uscg.mil for future awards consideration. The Coast Guard does not own nor can acquire or provide service manuals or OEM service data. With their quote, vendors must provide a copy of the first page of the current OEM Manual or Service Reference, and in their quote make reference to it (i.e. "will be repaired IAW CMM 12345-6789"). Quote must include Date(s) and Place(s) of Delivery and FOB Point. The Component OEM is Hamilton Sundstrand Corporation and their Cage Code is 73030. The HC-144A Aircraft OEM is AIRBUS DEFENSE AND SPACE SAU EADS CASA, AV. DE ARAGON 404, MADRID, ESP E-28022, Cage Code 0117B, and their domestic repair facility Cage Code is 0DAF1. Any TT&E plus average repair cost quotes received will be weighed against Firm-Fixed-Price Quotes received by being evaluated based on best value to the government and a proposed average estimated repair cost plus a maximum economical overhaul cost. 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. This solicitation is a SMALL BUSINESS SET-ASIDE. NAICS Code 488190 is applicable. This solicitation is for the repair of HC-144 Aircraft Component/Part(s): 15 Each NSN 1610-01-536-2209, P/N RFA12A1P0C, BLADE, PROP (Repair/Overhaul as necessary IAW Statement of Work) ATTACHED INFORMATION PACKET: the applicable intended commercial firm fixed price addenda, applicable alternative Not-To-Exceed addenda, and the quote evaluation process statement and support information, is provided for vendor review as one attachment to this combined synopsis/solicitation as posted in www.fbo.gov. Determined by the urgency of need, the closing date and time for receipt of offers is December 7, 2015 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 overall best value to the government. Anticipated award date is on or about December 9, 2015 with an anticipated Required Delivery Date of February 16, 2016. For any questions or to submit a quote contact Mr. Terence L. Blucker, Purchasing Agent / Simplified Acquisitions Contracting Officer via email at Terence.L.Blucker@uscg.mil. Contracting Office Address: MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD Elizabeth City, North Carolina 27909-5001 United States Primary Point of Contact.: Terence L. Blucker Terence.L.Blucker@uscg.mil
https://www.fbo.gov/index?s=opportunity&mode=form&id=aa67f65952157716bb505674ec254be8&tab=core&_cview=0