SOLICITATION NOTICE
66 -- Overhaul Indicator, Blade
- Notice Date
- 5/21/2025 10:31:56 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
- 70Z03825QJ0000262
- Response Due
- 5/28/2025 11:00:00 AM
- Archive Date
- 06/12/2025
- Point of Contact
- Paige Kressley, MRR Procurement Mailbox
- E-Mail Address
-
Paige.E.Kressley@uscg.mil, mrr-procurement@uscg.mil
(Paige.E.Kressley@uscg.mil, mrr-procurement@uscg.mil)
- Description
- A00001 - The response date for this requirement has been extended until May 28, 2025 at 2:00 PM EDT. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (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 70Z03825QJ0000262 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 January 17, 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 items found on Attachment 1 � Schedule � 70Z03825QJ0000262. At the time of award, the USCG intends to place an order for the overhaul of ten (10) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require nine (9) additional overhauls for a maximum quantity of nineteen (19) overhauls at the same price 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. Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation. Items will only be repaired by sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) Certification, or a certificate of conformance and traceability to the OEM. The contractor shall furnish a COC in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY. SEE : ATTACHMENT 1-�SCHEDULE-70Z03825QJ0000262� ATTACHMENT 2��STATEMENT OF WORK-70Z03825QJ0000262� ATTACHMENT 3 -�TERMS AND CONDITIONS � 70Z03825QJ0000262� FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA Closing date and time for receipt of offers is 5/28/2025 at 2:00 PM Eastern Standard Time. Anticipated award date is on or about 5/29/2025. E-mail quotations may be sent to Paige.E.Kressley@uscg.mil and MRR-PROCUREMENT@uscg.mil. Please indicate 70Z03825QJ0000262 in subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/dd11aa8bfb9c47d4b1151180fc2db11c/view)
- Record
- SN07451696-F 20250523/250521230049 (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 |