North Carolina Bids > Bid Detail

Purchase of Spares for the HC-27J Aircraft

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 47 - Pipe, Tubing, Hose, Fittings
Opps ID: NBD00159142093711277
Posted Date: Oct 12, 2022
Due Date: Oct 13, 2022
Solicitation No: 70Z03823QW0000002
Source: https://sam.gov/opp/e0ee407406...
Follow
Purchase of Spares for the HC-27J Aircraft
Active
Contract Opportunity
Notice ID
70Z03823QW0000002
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
AVIATION LOGISTICS CENTER (ALC)(00038)
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Oct 12, 2022 09:20 am EDT
  • Original Date Offers Due: Oct 13, 2022 04:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: Oct 28, 2022
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4730 - HOSE, PIPE, TUBE, LUBRICATION, AND RAILING FITTINGS
  • NAICS Code:
    • 336412 - Aircraft Engine and Engine Parts Manufacturing
  • Place of Performance:
    Elizabeth City , NC 27909
    USA
Description

This Special Notice constitutes the only solicitation. A written solicitation will not be issued. Solicitation Number 70Z03823QW0000002 is issued as a Special Notice of Intent to Award to the Original Equipment Manufacturer (OEM), Leonardo SpA (Cage Code A1512), Piazza Monte Grappa 4, Roma, Italy, 00195, for the purchase of the following spares:



Part Number Nomenclature NSN QTY



04216-101 Nut Locking 5310-15-067-9234 6



03999-101 Bushing 3120-15-006-3680 14



G2212121003-101 Outlet Adapter 1660-15-016-1678 6



G2212121003-109 Adapter 1660-15-016-1679 12



G2212121003-111 Outlet Adapter 1660-15-016-1680 6



G2212121003-001 Outlet Adapter 4730-15-019-9289 6



62324-101 Fitting 5365-01-HS3-6289 6



G2212121003-007 Outlet Adapter 4730-01-HS3-6290 6



05207-001 Assembly, Handle 1680-01-HS3-6302 5



G2212121004-001 Outlet, Adapter, LH 4730-01-HS3-6303 12



G2212121003-005 Outlet Adapter 4730-01-HS3-6304 12



G2212121004-002 Outlet Adapter, RH 4730-01-HS3-6306 6





CLIN 1: At the time of award, the USCG intends to place an order for the purchase of six (6) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require six (6) additional items for a maximum quantity of twelve (12) items 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.



CLIN 2: At the time of award, the USCG intends to place an order for the purchase of fourteen (14) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require fourteen (14) additional items for a maximum quantity of twenty eight (28) items 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.



CLIN 3: At the time of award, the USCG intends to place an order for the purchase of six (6) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require six (6) additional items for a maximum quantity of twelve (12) items 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.



CLIN 4: At the time of award, the USCG intends to place an order for the purchase of twelve (12) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require twelve (12) additional items for a maximum quantity of twenty four (24) items 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.



CLIN 5: At the time of award, the USCG intends to place an order for the purchase of six (6) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require six (6) additional items for a maximum quantity of twelve (12) items 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.



CLIN 6: At the time of award, the USCG intends to place an order for the purchase of six (6) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require six (6) additional items for a maximum quantity of twelve (12) items 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.



CLIN 7: At the time of award, the USCG intends to place an order for the purchase of six (6) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require six (6) additional items for a maximum quantity of twelve (12) items 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.



CLIN 8: At the time of award, the USCG intends to place an order for the purchase of six (6) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require six (6) additional items for a maximum quantity of twelve (12) items 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.



CLIN 9: At the time of award, the USCG intends to place an order for the purchase of five (5) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require five (5) additional items for a maximum quantity of ten (10) items 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.



CLIN 10: At the time of award, the USCG intends to place an order for the purchase of twelve (12) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require twelve (12) additional items for a maximum quantity of twenty four (24) items 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.



CLIN 11: At the time of award, the USCG intends to place an order for the purchase of twelve (12) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require twelve (12) additional items for a maximum quantity of twenty four (24) items 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.



CLIN 12: At the time of award, the USCG intends to place an order for the purchase of six (6) item(s). IAW Federal Acquisition Regulation (FAR) 52.217-6 the USCG may require six (6) additional items for a maximum quantity of twelve (12) items 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.



Incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2022-08, effective Sep 23, 2022. The applicable North American Industry Classification Standard (NAICS) Code is 336412. The small business size standard is 1,500 employees.



The following attachments apply to this solicitation:



Attachment A – Terms and Conditions



Attachment B – Redacted Justification for Other Than Full and Open Competition



It is anticipated that a Sole Source Purchase Order will be awarded as a result of this notice pending the availability of funds. It is the Government’s belief that Leonardo SpA only has the required proprietary technical and engineering data to provide the purchase of spares to support the HC-27J. Concerns having the expertise and required capabilities to provide these parts are invited to submit complete information discussing the same within ten (10) calendar days from this posting. Vendors who do not meet the capability requirement will not be considered. The notice of intent will not be extended or the award delayed for a vendor to submit their data for capability determination or for registration in beta.SAM.gov.



The closing date for this intent to award notice is October 13, 2022 at 4:00 pm ET. Anticipated award date is on or about October 14, 2022. Point of contact for this intent to award notice is steven.a.goodwin@uscg.mil. Please indicate 70Z03823QW0000002 in the subject line.



NOTICE FOR FILING AGENCY PROTESTS



United States Coast Guard Ombudsman Program



It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time- consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).



Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.



Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).



Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester’s concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program.



Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency’s goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2). If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer.



Election of Forum. After an interested party protests a Coast Guard procurement to the Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.






Attachments/Links
Contact Information
Contracting Office Address
  • 1664 Weeksville Road
  • Elizabeth City , NC 27909
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Oct 12, 2022 09:20 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >