North Carolina Bids > Bid Detail

Overhaul and Repair of the 14RF-37 Propeller Assembly and Components

Agency: HOMELAND SECURITY, DEPARTMENT OF
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159859198158198
Posted Date: Aug 8, 2023
Due Date: Aug 18, 2023
Solicitation No: 70Z03823IL0000013
Source: https://sam.gov/opp/c1b526c39a...
Follow
Overhaul and Repair of the 14RF-37 Propeller Assembly and Components
Active
Contract Opportunity
Notice ID
70Z03823IL0000013
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: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Aug 08, 2023 12:34 pm EDT
  • Original Response Date: Aug 18, 2023 04:00 pm EDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Sep 02, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1610 - AIRCRAFT PROPELLERS AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Elizabeth City , NC 27909
    USA
Description

THIS IS A SOURCES SOUGHT FOR MARKET RESEARCH PURPOSES ONLY. The United States Coast Guard (USCG), Aviation Logistic Command, Medium Range Surveillance HC-144 Product Line is in the process of developing the acquisition strategy for the award of a requirements based contract for repairs of Hamilton Sundstrand 14RF-37 Propeller System, and other associated components. This is a Sources Sought Notice and a Request for Information (RFI). This is NOT a solicitation and proposals are not being requested at this time. Information provided to the Government as a result of this posting is strictly voluntary and given with no expectation of compensation and shall be provided at no cost to the Government. Contact with Government personnel other than the Contracting Officer by any potential Offeror or their employees regarding this requirement is strictly prohibited. The purpose of this posting is to locate experienced Offerors capable and interested in providing the services identified herein. Any interested party shall submit a capability statement by the closing date of this notice and will be considered by the Government for the purposes of determining the acquisition strategy for a future solicitation. The capability statement shall outline the potential Offerors experience with providing 14RF-37 Propeller System, and other associated components repair services. Please include only capabilities relative to this requirement. Potential Offerors MUST be a certified Federal Aviation Administration (FAA) Part 145 authorized repair center and have experience performing 14RF-37 Propeller System, and other associated components repairs and have all the necessary provisions to perform the contract requirements for the 14RF-37 Propeller System, and other associated components repairs, including but not limited to, required tooling, facilities, manuals, test equipment, parts, material, engineering services, management, personnel, documentation, preservation, and shipping. Many of the 14RF-37 Propeller System, and other associated components under this requirement will be removed from the aircraft during the aircraft maintenance cycle, or from operational aircraft at various air stations. Therefore, the mandatory turn time of 60 days after contractor receipt of the components is required. Component parts shall be cleaned IAW applicable Component Maintenance Manual.



Potential Offerors shall not submit proprietary information when responding to this notice. Potential Offerors shall also note that the Government will not return any information submitted in response to this notice. Responses are due no later than 4:00 PM on August 18, 2023. Please send your responses to this RFI via email directly to Steven Goodwin at steven.a.goodwin@uscg.mil and David W. Allen at David.W.Allen@uscg.mil.





All responses must include the following information:





Company Name



Company Address



Company Business Size/Socio-economic category (if applicable)



DUNS Number



Point of Contact (POC) name, phone number and email address





Responses shall not exceed fifteen (15) single-sided pages.



Email submissions are subject to size and type restrictions (typically limited to less than 5MB in size and only executable attachments such as .doc and .pdf files) as well as any other appropriate network measures. It is the potential Offeror’s responsibility to verify email submissions have been received and can be viewed.



The following is a brief example of a few of the items that may be included for composite repair under this contracting effort. IT IS NOT ALL INCLUSIVE and does NOT constitute the entire schedule of requirements.





Nomenclature P/N



Blade, Propeller, A/C RFA12A1POC



Bulkhead and Rings 794349-4



Hub, Aircraft Propeller 814721-2



Ring, Retaining 786060-1



Actuator Assy, Propeller 7902199-9



Tube and Retainer Oil TR 814799-4


Attachments/Links
Contact Information
Contracting Office Address
  • 1664 Weeksville Road
  • Elizabeth City , NC 27909
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Aug 08, 2023 12:34 pm EDTSources Sought (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 >