Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 03, 2025 SAM #8529
SOURCES SOUGHT

99 -- Propeller Assembly Spare Parts

Notice Date
4/1/2025 10:41:06 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825IL0000005
 
Response Due
4/30/2025 9:00:00 AM
 
Archive Date
05/15/2025
 
Point of Contact
LOGAN J. BROWN, Dmitri E. Mercer
 
E-Mail Address
LOGAN.J.BROWN3@USCG.MIL, Dmitri.E.Mercer@uscg.mil
(LOGAN.J.BROWN3@USCG.MIL, Dmitri.E.Mercer@uscg.mil)
 
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 notice is to gain knowledge of commercially available products that may be of interest to the United States Coast Guard (USCG). The USCG operates eighteen (18) HC-144 Maritime Patrol Aircraft (MPA), each equipped with two (2) CT7-(C/3 engines, and sixteen (16) off-wing spare engines, all utilizing propeller assembly Part Number (P/N): 782750-14. The USCG is seeking information on sources of manufacture of components and/or the supply of parts necessary to sustain these propeller assemblies. The Original Equipment Manufacturer (OEM) for the propeller assembly is Hamilton Sundstrand Corporation (Cage Code 73030). All components shall be new with zero time and have Federal Aviation Administration (FAA) form 8130-3 or 8130-4 with direct traceability to the OEM. Also, potential sources of supply are requested to state approximate lead-time for acquiring your product. See Attached Propeller Spare Parts List Responses to this notice should include company name, address, telephone number, point of contact (POC), details on company quality systems, documentation that provides traceability to the OEM for each part, complete product details, and brochures, etc. This will help the USCG to understand your product, configurations, auxiliary equipment, and options. Please state the approximate lead-time for acquiring your products and the details and terms of any standard warranty included with the product. Responses can be for all or for a few of the part numbers listed. Please respond to the following questions: Is your business a large or small business and how many employees? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified hub zone firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a GSA schedule? Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? If possible, any POCs for civilian users for general usage of product questions. Please provide confirmation on if there is subcontracting opportunities, or state there are no subcontracting opportunities available. After the review of the responses to the sources sought notice, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published on SAM.gov. Responses to the sources sought notice are not adequate responses to any future solicitation announcement. All interested offers will have to respond to the solicitation in addition to responding to the 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 requirements are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Any questions concerning the technical aspect should be directed to Mr. Thomas Meek at thomas.c.meek@uscg.mil and any contractual questions should be directed to Mr. Logan Brown at Logan.J.Brown3@uscg.mil. Include the Sources Sought # 70Z03825IL0000005 in the subject line. Telephone responses will not be accepted. Responses must be received no later than April 30, 2025, at 12:00 p.m. EST. Firms responding to this announcement that fail to provide all 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 the 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 the sources sought notice 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.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/2908eb82563d41709990872a7e645101/view)
 
Record
SN07394198-F 20250403/250401230056 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.