Description
PURPOSE: This is a Sources Sought Notice only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals. This Sources Sought Notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. REQUEST: The USCG is conducting market research to seek sources that have the capability to overhaul the items listed in “Attachment 1 – List of Items – 70Z03826IH0000029”. The Contractor shall be either a FAA Overhaul Facility or Original Equipment Manufacturer (OEM) Certified Overhaul Facility or DoD Certified Overhaul Facility to perform overhaul services on the components listed in the Schedule. The sources listed in “Attachment 1 – List of Items – 70Z03826IH0000029” have been identified and accepted as an OEM for the items, however alternate sources of overhaul will be considered. The Contractor must have access to the most current editions of all applicable documents and manuals. The USCG does not maintain nor release the technical directive documents required to overhaul these components. RESPONSES: Responses to this notice should include company name, address, telephone number, cage code, and point of contact (POC). Please respond to the following questions: Verify whether you are FAA Overhaul Facility or OEM Certified Overhaul Facility or DoD Certified Overhaul Facility to perform overhaul services on the components listed in the Schedule. (See “Attachment 2 – Facility Definitions - 70Z03826IH0000029”) Are there any subcontracting possibilities for any of the manufacturing of the items identified in the table? If not, please ensure that the response states that there are no subcontracting possibilities. Would you be able to support a base plus 4 option years (5 years) term for overhaul services? If not 5 years, what term would you be able to support? Please indicate if there are any quantity discounts. What is an estimated lead time? What are acceptable payment terms (e.g. Net 30, Credit Card)? Is your business a large or small business and how many employees? What North American Industry Classification System (NAICS) code does your company use for this type of service? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified Hub Zone firm? Is your firm a Woman-Owned or operated business? Is your firm a certified Service-Disabled…
Classification
Contracting Office
Contacts
Attachments (2)