Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 05, 2006 FBO #1560
SOURCES SOUGHT

C -- C130 Structural Engineering Services

Notice Date
3/3/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
DHS - Direct Reports, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Procurement Building 79, 75, 79, 78, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
Reference-Number-HSCG38-06-C130-3
 
Response Due
4/4/2006
 
Archive Date
4/19/2006
 
Description
The USCG, Aircraft Repair and Supply Center, HC130 Product Line is issuing a sources sought notice for a C130 structural engineering services. HSCG38-06-C130-3 is being assigned to this notice for tracking purposes only. This notice is for information and planning purposes only and is not a request for proposals. Reimbursement will not be made for any costs associated with providing information in response to this announcement or any follow-up for information requests. The purpose of this sources sought notice is to conduct market research on sources capable of providing engineering services to support C130 aircraft. The USCG is seeking sources with the capability to provide structural engineering services to support C130 aircraft during scheduled overhaul or scheduled depot maintenance, and also operational aircraft with non-scheduled findings for a fleet of twenty-seven (27) C130 aircraft. Structural engineering services may include but are not limited to capabilities in the evaluation of structural damage, proper documentation supporting the structural damage evaluation, provide non-standard structural repair plans to include the engineering background calculations (stress notes or calculations) and the proposed repair scheme to include the detailed modification instructions. Proposed instructions for the repair plan should include but are not limited to: Material type and geometry or orientation, preparation of material surfaces, schematic representation of the damage and repair scheme and type, number and special instruction for fastener selection. In addition, the vendor should be able to provide recommendations regarding management of the USCG?s Aircraft Structural Integrity Program (ASIP) with a thorough knowledge of Non-Destructive Inspection (NDI) methods and techniques. The vendor should also have the ability to assess the impact of damage noted during NDI inspections regarding safety-of-flight concerns and any fatigue concerns that will impact the overall economic life of the structure and the airframes, and the ability to evaluate proposed aircraft modifications. Responses to this notice should include company name, address, telephone number, point of contact, details on C130 structural engineering services capabilities, brochures, and any other information that will allow the USCG gain an understanding of you companies C130 structural engineering services capabilities. The government believes the applicable NAICS code is 541330 Engineering Services. Please respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small disadvantaged business? (3) If disadvantaged, specify under which disadvantage group and is your firm certified under Section 8 (a) of the Small Business Act? (4) Is your firm a certified ?hub zone? firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disable Veteran Owned? (7) Is the product listed on a GSA Schedule? (8) Do you have C130 structural engineering services on contract with other government agencies, if so, which agencies, POC?s and contract numbers? (9) If possible, and point of contact for civilian users of C130 structural engineering services? After the review of the response to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in FEDBIZOPS. Responses to this sources sought notice are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought notice. Again this is not a request for proposals and in no way obligates the Government to award a contract. Responses to this sources sought notice shall be mailed to Commanding Officer, USCG, ARSC, ATTN: LCDR, Edward Sheppard, USCG, Building 78, Elizabeth City, NC. 27909 Or Commanding Officer, USCG, ARSC, ATTN: Donna Walton, Building 78, Elizabeth City, NC. 27909-5001. Telephone responses will not be accepted. Responses must be received no later than 04 April 2006 at 3 PM, EST. For technical questions concerning this announcement contact LCDR Ed Sheppard, USCG, at Edward.B.SheppardJr@uscg.mil. For all other questions concerning this announcement contact Mrs. Donna Walton at Donna.H.Walton@uscg.mil. Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriated acquisitions 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 source sought notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
 
Record
SN00999339-W 20060305/060303213255 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.