This government file details a sole-source acquisition justification for repairing specific leading-edge parts for HC-144 aircraft, citing Simplified Acquisition Procedures (SAP) FAR 13.106-1(b) and 10 U.S.C. § 3204(a)(1). The procurement, with requisition number 5357-CB02 and project HC-144, involves two LH P/N 35-31126-0005*A NSN 1560-01-HS3-2446 and two RH P/N 35-31126-0006*A NSN 1560-01-HS3-2510 parts. The justification states that only Airbus Defence and Space (CAGE CODE ODAF1), the Original Equipment Manufacturer (OEM), can provide these services due to proprietary rights over technical data, specifications, and drawings. The government does not own these rights, and acquiring them is deemed uneconomical. Market research efforts, including past procurement history and the Inventory Locator Service (ILS®), confirmed the OEM as the sole viable source. Future actions to overcome competition barriers include continued market research and industry engagement.
This government solicitation (70Z03826QL0000030) outlines the terms and conditions for federal acquisitions of commercial items, particularly for the repair of USCG aircraft components. Key requirements for offerors include submitting offers with specific details, adherence to a 60-day price acceptance period, and understanding policies on late submissions. Contract awards will be based on the lowest-priced, technically acceptable offer, with technical acceptability requiring FAA, OEM, or Air Force certification and adherence to maintenance manuals. The solicitation details prohibitions against certain telecommunications equipment, products from sanctioned countries (Sudan, Iran), and specific unmanned aircraft systems. Contractors must disclose non-compliance within 72 hours and comply with strict quality assurance, packaging, and shipping instructions, including delivery to Elizabeth City, NC, within 90 days. Invoicing requires active SAM status and electronic submission, with provisions for fast payment procedures.
The US Coast Guard (USCG) requires de-ice boot replacement services for its HC-144 Medium Range Surveillance aircraft fleet. This Statement of Work outlines the need for annual replacement of a minimum of 20 leading edge de-ice boots during Programmed Depot Maintenance (PDM), with potential additional field unit repairs. The scope specifically targets five of the seven leading edge sections: the LH Wing Outer, RH Wing Outer, LH Horizontal, RH Horizontal, and Vertical stabilizers. Vendors must provide removal and installation services according to CN-235 AMM procedures, including priming metal structures with MIL-PRF-23377 and top-coating exteriors with MIL-PRF 85285 Coast Guard White. Deliverables include a detailed list of replaced boot part numbers, costs for additional authorized repairs, an estimated repair time, and documentation of all work via FAA 8130-3. The primary point of contact for this service is CWO-2 Lance L. Godfrey.