Swivel Assembly, Hyd
ID: 70Z03824QJ0000074Type: Combined Synopsis/Solicitation
Overview

Buyer

HOMELAND SECURITY, DEPARTMENT OFUS COAST GUARDAVIATION LOGISTICS CENTER (ALC)(00038)Elizabeth City, NC, 27909, USA

PSC

AIRCRAFT HYDRAULIC, VACUUM, AND DE-ICING SYSTEM COMPONENTS (1650)

Set Aside

Total Small Business Set-Aside (FAR 19.5) (SBA)
Timeline
  1. 1
    Posted Nov 16, 2023 7:28 PM
  2. 2
    Updated Nov 16, 2023 7:28 PM
  3. 3
    Due Nov 29, 2023 7:00 PM
Description

The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the procurement of a Swivel Assembly, Hyd. This item is typically used for aircraft hydraulic, vacuum, and de-icing system components. The notice specifies that the procurement is a Total Small Business Set-Aside and requests a quantity of 10 units with a requested delivery date of 02/14/2024. The USCG may require an additional 10 units for a maximum quantity of 20 within 365 days after the initial award date. All parts must have clear traceability to the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation. The closing date for receipt of offers is 11/29/2023 at 2:00 pm Eastern Standard Time. Interested parties may submit their quotations to Amy.E.Whitehurst2@uscg.mil.

Point(s) of Contact
Files
Title
Posted
Lifecycle
Title
Type
Swivel Assembly, Hyd
Currently viewing
Combined Synopsis/Solicitation
Similar Opportunities
Overhaul of Actr, Trim Tab Elev
Active
Homeland Security, Department Of
The Department of Homeland Security, US Coast Guard, has issued a Combined Synopsis/Solicitation notice for the overhaul of Actr, Trim Tab Elev. This procurement is for commercial items used in the aviation industry. The notice specifies that the USCG intends to award a firm-fixed price purchase order on a competitive basis. The quantity required is two (2) each, with the option to increase the quantity by six (6) each, for a maximum of eight (8) each. The solicitation document and attachments provide detailed information on the requirements and terms and conditions. The closing date for receipt of offers is 8/1/2024 at 12:00PM Eastern Standard Time, with an anticipated award date of 8/8/2024. Interested parties should submit their quotations via email to Amanda.R.Wood2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil, indicating the RFQ number in the subject line.
CONTROL ASSEMBLY, TRANSMISSION
Active
Homeland Security, Department Of
The US Coast Guard has issued a solicitation for commercial vendors to supply control assemblies and transmission components for its Surface Forces Logistics Center. This is an unrestricted solicitation for combined commercial items, seeking quotes for a Firm Fixed Price Purchase Order. The focus is on acquiring genuine OEM parts from authorized distributors. Pacific Star Marine Inc. is mentioned as the manufacturer for the required components. The key components required are: 1. Control Assembly, Transmission (3 units) 2. Gearbox Assembly (3 units) 3. Mechanical Transmission (3 units) 4. Special Purpose Cable Assembly (3 units) All items have a requested delivery date of October 15, 2024, and must conform to specific packaging and marking requirements outlined in military standards. Quotes are due by 12 PM EST on August 9, 2024, and should include a letter from the OEM confirming the vendor's authorization to distribute Pacific Star Marine Inc. parts. No substitutions will be authorized without USCG approval, and vendors must have an active SAM.Gov registration prior to award. Selected vendors will need to comply with MIL-STD-129R packaging standards and deliver the items to the USCG Surface Forces Logistics Center in Baltimore, MD. For more details and technical specifications, interested parties should contact DAN KANE at CHARLES.D.KANE@USCG.MIL. Eligible vendors are invited to submit their quotes by the specified deadline, including the required SAM.Gov registration and OEM authorization. The USCG will evaluate quotes based on the stated requirements and select a vendor for the purchase order.
Repair of High-Speed Shaft Assembly
Active
Homeland Security, Department Of
The Department of Homeland Security, US Coast Guard, is seeking a repair service for a high-speed shaft assembly. This assembly is typically used in aircraft components and accessories. The repair contract is expected to be awarded to Sikorsky Aircraft Corporation and will consist of a one-year base period and four one-year option periods. The contractor must provide clear traceability to the Original Equipment Manufacturer (OEM) and submit a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. The closing date for offers is 5/6/2024 at 2:00PM Eastern Daylight Savings Time. Interested parties can submit quotations to Amy.E.Whitehurst2@uscg.mil.
Clutch, Overrunning
Active
Homeland Security, Department Of
Combined Synopsis/Solicitation Homeland Security, Department of is seeking quotations for the procurement of a Clutch, Overrunning. This item is used on U.S. Coast Guard Small Boats and is essential for their operation. The procurement requires 100 units of the specified part number, with delivery required by 9/20/2024. The items must be individually packaged and marked according to specific packaging requirements outlined in the document. Inspection and acceptance will take place at the destination, and failure to comply with packaging requirements will result in rejection. The delivery location is the USCG Surface Forces Logistics Center in Baltimore, MD. It is anticipated that a non-competitive sole source purchase order will be awarded for this procurement. Only Motions Industries Inc. and their authorized distributors are believed to have the technical and engineering data, as well as genuine OEM parts, required for this item. Other concerns with the expertise and capabilities to provide the same items are invited to submit information within three calendar days. The solicitation is for a commercial item, and quotations are being requested. The closing date for receipt of quotes is 7/31/2024 at 11 a.m. Eastern Standard Time. Interested companies must have valid DUNS numbers and be registered with the System for Award Management (SAM). The solicitation includes various FAR clauses that apply to this procurement.
MH-65 SPARE PARTS
Active
Homeland Security, Department Of
MH-65 SPARE PARTS The Department of Homeland Security, specifically the US Coast Guard, is seeking to procure MH-65 spare parts. These spare parts are typically used for the maintenance and repair of MH-65 helicopters. The procurement notice, issued as a combined synopsis/solicitation, requests quotations for the commercial items. The solicitation number is 70Z03824QB0000193. The parts must have clear traceability to the Original Equipment Manufacturers (OEMs), Liebherr-Aerospace Toulouse SAS (Cage Code: F1958) or Airbus Helicopters France (Cage Code: F0210). Traceability refers to a clear, complete, documented, and auditable paper trail that traces each step from an OEM approved source. The procurement requires adherence to the applicable North American Industry Classification Standard Code 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement, allowing all responsible sources to submit a quotation. A firm-fixed price purchase order is anticipated to be awarded on a competitive basis. The purchase order may include an option for increased quantity, allowing the government to increase the quantity of supplies by up to six units, with a maximum quantity of eight units. The parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure the safety of aircrew. Only airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved. Newly manufactured commercial items will only be procured from sources able to provide a Certificate of Conformance (COC) and traceability to the OEM. Certification procedures outlined in the Federal Aviation Regulation, Part 21, must be followed. The closing date and time for receipt of offers is 29 July 2024 at 2:00pm EST. Offers and questions should be submitted by email to Elaina.M.Price@uscg.mil, indicating solicitation 70Z03824QB0000193 in the subject line. Phone call quotes will not be accepted. Interested parties are encouraged to seek resolution of their concerns within the US Coast Guard through the Ombudsman Program for Agency Protests (OPAP) as an Alternative Dispute Resolution (ADR) forum. The Ombudsman Program is an independent reviewing authority that can grant relief similar to the Government Accountability Office (GAO). Failure to resolve concerns with the Contracting Officer may lead to the filing of a formal agency protest with the Ombudsman. Contract award or performance may be suspended during the protest period, unless justified for urgent and compelling reasons or determined to be in the best interest of the government. The goal of the agency is to resolve protests within 35 calendar days from the date of filing. Protests should include the information specified in FAR 33.103(d)(2) and must be filed within the specified period. It is important to note that once an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, they agree not to file a protest with the GAO or any other external forum to ensure a fair and timely resolution.