Iowa Bids > Bid Detail

Potential Services for Performance Based Logistics

Agency:
Level of Government: Federal
Category:
  • J - Maintenance, Repair, and Rebuilding of Equipment
Opps ID: NBD00159591141235536
Posted Date: Feb 26, 2024
Due Date: Mar 7, 2024
Source: https://sam.gov/opp/5b14e43df0...
Follow
Potential Services for Performance Based Logistics
Active
Contract Opportunity
Notice ID
70Z03824IB0000010
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
AVIATION LOGISTICS CENTER (ALC)(00038)
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Feb 26, 2024 03:32 pm EST
  • Original Response Date: Mar 07, 2024 01:00 pm EST
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Mar 22, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: J016 - MAINT/REPAIR/REBUILD OF EQUIPMENT- AIRCRAFT COMPONENTS AND ACCESSORIES
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Cedar Rapids , IA
    USA
Description

This is not a solicitation announcement. This is a sources sought synopsis only. This is not a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of any commercially available vendors that may be of interest to the United States Coast Guard (USCG). This notice is to assist the USCG in determining the potential sources capable of procuring the items listed below. The Original Equipment Manufacturer (OEM) is Rockwell Collins, Inc. (Cage Code 84T51).





Responses to this notice should include company name, address, and telephone number, point of contact (POC), repair capabilities, certifications, etc. which will allow the USCG to understand your full capabilities. Also, provide evidence of possession of an OEM license to ensure access to the most current OEM data and OEM replacement parts.





See the following attachments titled:

Attachment 1: “Statement of Work – 70Z03824IB0000010”





Please respond to the following questions:




  • Name and address of contractor

  • Cage Code

  • Point of contact including name, title, phone, and email address

  • Capability statement to include the lead time for evaluation and repairs and standard warranty included with product

  • State whether the business is OEM certified and if so, provide proof of approval

  • State whether the business is currently classified as Large, Small, Small Disadvantaged, 8(a), HubZone Small Business, Women Owned, Veteran Owned, Service Disabled Veteran Owned Small business in terms of the NAICS code 488190

  • GSA Contract information if applicable and other information that provides the Coast Guard with a more accurate picture of the potential marketplace for this requirement. The NAICS code is 488190 and the small business size standard is $40M.



After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the procurement, a solicitation announcement will be published on SAM.GOV. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offers 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 Government to award any contract. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Any technical questions should be directed to Mrs. Kristin R. Pelton at Kristin.R.Pelton@uscg.mil and any contractual questions should be directed to Mrs. Camille Craft at Emma.C.Craft@uscg.mil. Include the Sources Sought # 70Z03824IB0000010 in the subject line. Telephone responses will not be accepted. Responses must be received no later than March 7, 2024 at 1:00 p.m. 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 contract 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 offers list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests.


Attachments/Links
Contact Information
Contracting Office Address
  • 1664 Weeksville Road
  • Elizabeth City , NC 27909
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Feb 26, 2024 03:32 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >