Various Spares for the MH-65 Aircraft

expired opportunity(Expired)
From: Federal Government(Federal)
70Z03822RB2000005

Basic Details

started - 15 Sep, 2022 (18 months ago)

Start Date

15 Sep, 2022 (18 months ago)
due - 26 Sep, 2022 (18 months ago)

Due Date

26 Sep, 2022 (18 months ago)
Bid Notification

Type

Bid Notification
70Z03822RB2000005

Identifier

70Z03822RB2000005
HOMELAND SECURITY, DEPARTMENT OF

Customer / Agency

HOMELAND SECURITY, DEPARTMENT OF (33941)US COAST GUARD (24137)AVIATION LOGISTICS CENTER (ALC)(00038) (6574)

Attachments (5)

unlockUnlock the best of InstantMarkets.

Please Sign In to see more out of InstantMarkets such as history, intelligent business alerts and many more.

Don't have an account yet? Create a free account now.

Amendment 1 is attached as a Question and Answer.  The requirement to complete the Past Performance Questionnaire is waived, and will not be a part of the evaluation.This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 15, as supplemented with additional information included in this notice.  This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued.  Solicitation number 70Z03822RB2000005 is issued as a request for Proposal (RFP).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2022-06, effective 26 May 2022.The applicable North American Industry Classification Standard Code is 336413.  The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the
agency. It is anticipated that one or more Indefinite Delivery - Requirements type contract(s) with firm fixed pricing will be awarded from the solicitation.  The anticipated period of performance will be five (5) years total consisting of a one (1) year base period, and if exercised, four (4) one-year option periods, this contract shall not exceed five (5) years.See attached documents titled: “Attachment 1 - Schedule -  70Z03822RB2000005” , and“Attachment 2 - Provisions, Clauses, and Terms and Conditions- 70Z03822RB2000005.”“Attachment 3 - Past Performance Questionnaire – 70Z03822RB2000005”Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation.  Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew.  The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight.  Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation.  Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) certification, or a Certificate of Conformance (COC) and traceability to the OEM.  The Federal Aviation Regulation, Part 21, outlines certification procedures. The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. Certificate of conformance must be submitted in the format specified in the clause.  All parts shall be NEW approved parts.There are multiple OEMs associated with the parts contained within this solicitation. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own COC to ensure parts are in airworthy condition, suitable for installation on USCG aircraft.  Prospective vendors who are not the OEM or an authorized distributor must provide traceability for the offered product back to the manufacturer or authorized distributor.  Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location.  Traceability to the OEM must have only two exchanges prior to USCG delivery.Alternate parts will be authorized if they are an approved alternate under the North Atlantic Treaty Organization (NATO) catalog system, which improves interoperability between NATO and commercial cataloging systems.  Alternate parts must satisfy all form, fit, and function requirements of the original parts and conform to the approved configuration of the United States Coast Guard MH-65 aircraft. Any alternate parts must be approved prior to contract award by SRR Engineering.NO SUBSTITUTE PARTS WILL BE CONSIDERED.  ONLY NEW PARTS WILL BE ACCEPTED.The Government reserves the right to withhold any item or group of items contained in this solicitation upon award.  The Government reserves the right to make a single award, to make multiple awards covering different subsets of CLINs, or to make no award.  The Government shall assume, for the purpose of making multiple awards, that $500 would be the administrative cost to the Government for issuing and administering each contract awarded under this solicitation.  Individual awards shall be for the items or combinations of items that result in the lowest cost to the Government including the assumed administrative costs. The government shall ensure all procurements are awarded without jeopardizing quality or safety of flight.NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.Closing date and time for receipt of offers is 01 September 2022 at 3:15 pm EST.   Quotes and questions shall be submitted by email to Terrie.L.Pickard@uscg.mil.  Please indicate solicitation 70Z03822QB2000005 in the subject line.NOTICE FOR FILING AGENCY PROTESTSUnited States Coast Guard Ombudsman ProgramIt is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance.  Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester’s concerns are unresolved, an Independent Review is available by the Ombudsman.  The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program.Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government.  The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed.  To be timely protests must be filed within the period specified in FAR 33.103(e).  Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer.Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed. 

1664 Weeksville Road  Elizabeth City , NC 27909  USALocation

Place Of Performance : 1664 Weeksville Road Elizabeth City , NC 27909 USA

Country : United StatesState : North Carolina

You may also like

PROCURED VARIOUS SPARES FOR USE ON THE MH-65 AIRCRAFT.

Due: 02 Sep, 2024 (in 5 months)Agency: U.S. COAST GUARD

VARIOUS SPARES FOR THE MH-65 U.S. COAST GUARD HELICOPTERS.

Due: 31 Dec, 2025 (in 21 months)Agency: U.S. COAST GUARD

PROCUREMENT OF SPARE BRAKE DISCS FOR MH-65 AIRCRAFT

Due: 15 May, 2024 (in 1 month)Agency: U.S. COAST GUARD

Please Sign In to see more like these.

Don't have an account yet? Create a free account now.

Classification

naicsCode 336413Other Aircraft Parts and Auxiliary Equipment Manufacturing
pscCode 5305Screws