SOLICITATION NOTICE
J -- Repair V/UHF LOGIC CONTROLS
- Notice Date
- 7/1/2025 10:09:49 AM
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03825QW0000095
- Response Due
- 7/10/2025 1:00:00 PM
- Archive Date
- 07/25/2025
- Point of Contact
- Debra Heath
- E-Mail Address
-
debra.w.heath@uscg.mil
(debra.w.heath@uscg.mil)
- Description
- Action Code: N/A Date: July 01, 2025 Year: 2025 Contracting Office Zip Code: 27909-5001 Classification Code: 16 � AIRCRAFT COMPONENTS & ACCESSORIES Product Service Code (PSC) : J016 Repair NAICS Code: 488190 Repairs Contracting Office Address: USCG, ALC, MRS, Elizabeth City, NC Subject: Repair Satcom SDU for the Support of the HC-27J Aircraft. Proposed Solicitation Number: 70Z03825QW0000095 Closing Response Date: July 10, 2025 Primary Point of Contact: Debra W. Heath Contract Award and Solicitation Number: To be assigned at time of award / 70Z03825QW0000095 Contract Award Dollar Amount: TBD Contract Line Item Numbers: 4 Contract Award Date: Estimate: TBD Contractor: TBD Description: Repair V/UHF LOGIC CONTROL for the Support of the HC-27J Aircraft. Place of Contract Performance: TBD Set-aside Status: Unrestricted NOTICE OF INTENT TO AWARD TO SOLE SOURCE This Special Notice constitutes the only solicitation. A written solicitation will not be issued. Solicitation Number 70Z03825QW0000095 is issued as a Special Notice of Intent to Award to CHELTON LIMITED (Cage Code U1907), FOURTH AVENUE MARLOW, BUCKINGHAMSHIRE, SL71F for the Repair of V/UHF LOGIC CONTROL to support the HC-27J Aircraft: All items must be repaired in accordance with (IAW) Original Equipment Manufacturer (OEM), specifications to include the latest revisions, updates and service bulletins. The OEM for these items is CHELTON, INC. (Cage Code 63563) NSN Part Number SNs Nomenclature QTY 7050-01-HS3-0026 7-1500-1 50249, 50102, 50261,50251 V/UHF LOGIC CONTROL 4 At the time of award, the USCG intends to have FOUR (4) repairs completed for the components/items specified in the schedule. IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require additional repairs for up to FOUR (4) components/items for a maximum quantity of EIGHT (8) at the same price as the original order, for up to three hundred and sixty-five (365) after the initial award date **Please note that if the USCG chooses to exercise any optional quantity modifications, such modifications will be issued unilaterally to the contractor. Any vendor, except the OEM or a Production Approval Holder (PAH), repairing/overhauling/modifying 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 instructed 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 (RFQ). Incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2025-04 Effective June 11, 2025. The applicable North American Industry Classification Standard (NAICS) Code is 488190 Repair The small business size standard is $40M Repairs 1250 employees Overhauls. The following attachments apply to this solicitation: Attachment A � Terms and Conditions Attachment B � Statement of Work Attachment C � Redacted Justification for Other Than Full and Open Competition It is anticipated that a Sole Source Purchase Order will be awarded as a result of this notice pending the availability of funds. It is the Government�s belief that CHELTON LIMITED is the only potential source with access to the required proprietary technical and engineering data to provide the repair of the above V/UHF LOGIC CONTRO�S. Concerns having the expertise and required capabilities to provide these parts are invited to submit complete information discussing the same within ten (10) calendar days from this posting. Vendors who do not meet the capability requirement will not be considered. The notice of intent will not be extended or the award delayed for a vendor to submit their data for capability determination or for registration in SAM.gov. Please note: Only quotations with shipping terms of F.O.B. Destination or F.O.B Origin will be accepted. Shipping terms of Ex Works (EXW) or Incoterms 2020 (to include but not limited to DAP Incoterms 2020 and FCA, Incoterms 2020) will not be accepted. The closing date for this intent to award notice is JULY 10, 2025 at 4:00 pm EST. Point of contact for this intent to award notice is debra.w.heath@uscg.mil. Please indicate 70Z03825QW0000095 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/b7dab26ddf154629bf67afcfb85274b9/view)
- Record
- SN07495199-F 20250703/250701230045 (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 |