Description
SOURCES SOUGHT NOTICE USCGC BEAR (WMEC 901) AVIATION AVAILABILITY REPAIRS FY27 This is a SOURCES SOUGHT NOTICE / REQUEST FOR INFORMATION ; not a pre-solicitation notice or solicitation for proposals/quotations. Pursuant to FAR Part 10 (Market Research), the purpose of this notice is to: (1) determine if sources capable of satisfying the agency's requirements exists, (2) determine if commercial items suitable to meet the agency's needs are available or could be modified to meet the agency's requirements, and (3) determine the commercial practices of company's engaged in providing the needed service or supply. Pursuant to FAR Part 6 and FAR Part 19, competition and set-aside decisions may be based on the results of this market research. This notice in no way obligates the Government to any further action. REQUIREMENT: This notice is issued by the U.S. Coast Guard, Surface Forces Logistics Center, and Norfolk, VA to identify sources capable of providing the following: DOCKSIDE REPAIRS SPECIFICATION: (Subject to change at the discretion of the Government). Contractor shall provide all necessary facilities, materials, equipment, and personnel to perform AVIATION AVAILABILITY repairs to the U.S. Coast Guard Cutter (USCGC) BEAR (WMEC 901). The vessel is home ported in PORTSMOUTH, VA. All work will be performed at the cutter home port. There is no geographical restriction for this cutter. SCOPE OF WORK: The scope of the acquisition is for the AVIATION AVAILABILITY repairs of the USCGC BEAR (WMEC 901). This work will include, but is not limited to the following Work Items: WORK ITEM 1: Tanks, Aviation Fuel Service, Clean And Inspect WORK ITEM 2: 28 Volt DC Helo Power Supply, Load Test WORK ITEM 3: 400 Hz Power Supply (FCX Systems Inc), Load Test WORK ITEM 4: Windspeed Transmitter, Anemometer, Remove and Reinstall WORK ITEM 5: Helo Talon Grids, Inspect and Test WORK ITEM 6: Tanks, Aviation Fuel Service, Preserve, Partial WORK ITEM 7: Decks, Helicopter Operating Areas, Preserve WORK ITEM 8: Flow Meter (Aviation Fuel), Replace WORK ITEM 9: Helicopter Tie-Down Fittings, Renew WORK ITEM 10: Anchor Windlass Flange Installation and Static Load Test ANTICIPATED PERIOD OF PERFORMANCE: The period of performance is anticipated to be for thirty (30) calendar days with a start date of January 5, 2027 and end date of February 3, 2027. (Subject to change at the discretion of the Government) ANTICIPATED NAICS CODE/SIZE STANDARD: The applicable NAICS Code is 336611, Ship Building and Repairing and the size standard is 1,300 employees. SUBMISSION OF INFORMATION: Companies having capabilities necessary to meet or exceed the stated requirements are invited to provide information to contribute to this market survey/sources sought notice including commercial market informati…
Classification
Place of Performance
Contracting Office
Contacts