Aircraft Mainteance/Aviation Life Support Equipment (ALSE) Services

Agency: HOMELAND SECURITY, DEPARTMENT OF
State: Alaska
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159156982411575
Posted Date: Jul 12, 2023
Due Date: Jul 28, 2023
Solicitation No: 84-23-R-AIRSTAKODIAK
Source: Members Only
Follow
Aircraft Mainteance/Aviation Life Support Equipment (ALSE) Services
Active
Contract Opportunity
Notice ID
84-23-R-AIRSTAKODIAK
Related Notice
Department/Ind. Agency
HOMELAND SECURITY, DEPARTMENT OF
Sub-tier
US COAST GUARD
Office
DOL-9
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-07:00) PACIFIC STANDARD TIME, LOS ANGELES, USA
  • Original Published Date: Jul 12, 2023 01:24 pm PDT
  • Original Response Date: Jul 28, 2023 08:00 am PDT
  • Inactive Policy: 15 days after response date
  • Original Inactive Date: Aug 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 488190 - Other Support Activities for Air Transportation
  • Place of Performance:
    Kodiak , AK 99615
    USA
Description

This is a SOURCES SOUGHT NOTICE (not a pre-solicitation notice pursuant to FAR Part 5) to determine the capability of potential sources and the availability of commercial sources pursuant to FAR Part 10.





This notice is issued by the U.S. Coast Guard Director of Operational Logistics (DOL-94), Alameda, CA, to identify qualified sources capable of providing Aviation Life Support Equipment (ALSE) Inspector/Maintainer to perform the required Aircraft Maintenance Services at the USCG Air Station Kodiak.





The potential requirement is for a base year period plus two (2) one-year option periods, if exercised by the Government. The base performance period is anticipated to begin 1 September 2023.





Air Station Kodiak operates 5 HC-130J “Super Hercules”, 6 MH-60T “Jayhawks”, and 4 MH-65D “Dolphins” in an area of responsibility (AOR) covering 4 million square miles including the Gulf of Alaska, Bristol Bay, Bering Sea, and the Pacific Ocean above the 40○N latitude. Air Station Kodiak’s AOR is uniquely challenging in its vastness, hazardous terrain and frequent poor weather characterized by high winds, turbulence, icing, low cloud ceilings, and reduced visibility.



For the entire duration of this contract, the Contractor shall provide trained and qualified personnel to perform the required Aircraft Maintenance Services and all support necessary to meet the requirements. Examples of support include, but not limited to:




  • Scheduled and unscheduled aircraft ALSE maintenance, repair and maintenance of aircraft systems and sub-systems.

  • Scheduled and unscheduled aircraft Liquid Oxygen (LOX) maintenance, repair and maintenance of aircraft systems.

  • Inspection, overhaul, and repair of ALSE equipment.





The business category of the sources sought include small business, veteran-owned small business (VOSB), service-disabled veteran-owned small businesses (SDVOSB), HUBZone small business, small disadvantaged business, women-owned small business (WOSB) and large business concerns.





The North American Industry Classification System (NAICS) code is 488190 – Aircraft Maintenance and Repair Services with a small business annual revenue size standard of $32.5M.





All required licenses and or certification required for the different States must be identified with the response to the Sources Sought Notice along with any other required information.





In accordance with COMDTINST M13520.1C, only graduates of USCG Aviation Survival Technician School are authorized to inspect, maintain, and modify Coast Guard Aviation rescue and survival equipment.



Contractors that have the capabilities necessary to provide the stated services are invited to contribute to this market survey/sources sought by providing commercial market and company information.





Interested contractors should include the following information:





1. Name of company, address, and Unique Entity ID (UEI) number.





2. Point-of-contact name, phone number and email address





3. Business Size (small business, veteran-owned small business, service-disable small business, HUBZone, 8(a), small disadvantaged business, woman-owned or large business).





4. CAPABILITY STATEMENT and PAST PERFORMANCE INFORMATION that demonstrates the ability to perform these types of services. Past performance information shall include recent and relevant contracts for the same or similar services and other references (including contract numbers, points of contact with telephone numbers/email addresses and other relevant information). Past performance information should be at least three (3) contracts, ongoing or completed within the last three (3) years for like or similar services held with the U.S. Coast Guard, other Government agencies or private industry.





Interested parties must be registered in the System for Award Management (SAM) as prescribed in FAR Clause 52.232-33. SAM access can be obtained by accessing https://sam.gov.





This notice is for market research purposes only and does not constitute a Request for Quote or Request for Proposal. It is not considered to be a commitment by the Government, nor will the Government pay for information solicited.





Competition and set-aside decisions may be based on the results of this market research. Failure to submit information in sufficient detail may result in not considering the company as a viable source.





The Government reserves the right to consider a small business, 8(a), other set-aside, or any business arrangement as deemed appropriate for this procurement. No basis for claim against the Government shall arise as a result from a response to this Sources Sought Notice or Government use of any information provided.





It is the Coast Guard's intent to issue a separate solicitation in the near future, to be synopsized on System for Award Management Electronic Posting System at https://sam.gov. It is the potential offer's responsibility to monitor this avenue for release of any future synopsis or solicitation announcements.





At this time, no solicitation exists; therefore, DO NOT REQUEST A COPY OF THE SOLICITATION.





Any interested firm capable of providing these services are requested to respond to the Contracting Officer Terry E. Craft, via e-mail to terry.e.craft@uscg.mil by 8am PST on Friday, July 28, 2023.


Attachments/Links
Contact Information
Contracting Office Address
  • 300 EAST MAIN STREET
  • NORFOLK , VA 23510
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Jul 12, 2023 01:24 pm PDTSources 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 >