Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MARCH 09, 2025 SAM #8504
SOLICITATION NOTICE

15 -- Skin, Cabin LWR LH

Notice Date
3/7/2025 10:27:35 AM
 
Notice Type
Combined Synopsis/Solicitation
 
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
70Z03825QJ0000165
 
Response Due
3/10/2025 9:00:00 AM
 
Archive Date
03/25/2025
 
Point of Contact
Michelle Monds, MRR Procurement Mailbox
 
E-Mail Address
Michelle.R.Monds@uscg.mil, mrr-procurement@uscg.mil
(Michelle.R.Monds@uscg.mil, mrr-procurement@uscg.mil)
 
Description
A00003 - This amendment extends the response date until March 10, 2025 at 12:00 PM EDT. Acceptance of traceability to Code Code 1WA71 is added to the combined synopsis/solicitation below and to the Evaluation Criteria in Attachment 1 - Terms and Conditions 70Z03825QJ0000165. A00002 - Attachment 1 - Terms and Conditions - 70Z03825QJ0000165 - has been revised to incorporate the FAR Clause 52.223-23 and the following changes: System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals�Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services. Components shall not consider or use these representations. Contracting officers will not consider the following representations when making award decisions or enforce requirements: � Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications�Commercial Products and Commercial Services; � Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply; � Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders�Commercial Products and Commercial Services; and � Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions�Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply. Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM. A00001 - Attachment 1 - Terms and Conditions have been revised to remove FAR Clause 52.222-21 and FAR Clause 52.222-26 per E.O. 14173. All other items regarding this solicitation remain unchanged. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 13 as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03825QJ0000165 is issued as a Request for Quotation (RFQ). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-03, effective 17 January 2025. The applicable North American Industry Classification Standard Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency. It is anticipated that a firm-fixed price purchase order will be awarded on a competitive basis as a result of this synopsis/solicitation for the following items: Item Name: Skin, Cabin LWR LH National Stock Number: 1560-01-HS3-5328 Part Number: 70203-82300-101 Quantity: 4 EA Requested Delivery: 24-Mar-2025 At the time of award, the USCG intends to place an order for the purchase of four (4) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require ten (10) additional items for a maximum quantity of fourteen (14) at the same price and lead time as the original order, for up to three hundred and sixty-five (365) days 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. All parts shall have clear traceability to the Original Equipment Manufacturer (OEM), Sikorsky Aircraft Corporation (Cage Code 78286) or Valley Tool and Manufacturing, LLC. (Cage Code 1WA71). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer. All parts shall be NEW approved parts. �New Surplus� will be considered with approval from Medium Range Recovery (MRR) Engineering. If quoting �New Surplus� items, photos of packaging and/or items MUST be included with the quotation. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE ATTACHMENT 1 - �TERMS AND CONDITIONS � 70Z03825QJ0000165� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA. Closing date and time for receipt of offers is 3/10/2025 at 12:00pm Eastern Time. Anticipated award date is on or about 3/12/2025. E-mail quotations may be sent to MRR-PROCUREMENT@uscg.mil, attention Michelle Monds. Please indicate 70Z03825QJ0000165 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/cbfc3183dc1445a29d75b8a0eb558b38/view)
 
Record
SN07365043-F 20250309/250307230034 (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.