Evaluation and Repair of Braking Circuit Relays for MH-65 Aircraft


Subject: Evaluation and Repair of Braking Circuit Relays for MH-65 Aircraft
Solicitation Number: 70Z03824IB0000014
Notice Type: SRCSGT
NAICS: 488190
Notice Published: 04-05-24
Response Due: 04-25-24

Agency: Department of Homeland Security
Office: US COAST GUARD
Contact: John Raynor This email address is being protected from spambots. You need JavaScript enabled to view it. Ph: (252) 335-6580
Office Address: Elizabeth City, NC 27909



Click for official SAM (FBO) notice, additional information, and accompanying attachments

Request for Information (RFI): The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Short Range Recovery (SRR) Product Line is seeking qualified contractors with the facilities, equipment, skills, knowledge, and resources required to evaluate and repair the MH-65 Braking Circuit Relays. Service will be required to be performed in accordance with (IAW) the most up to date Original Equipment Manufacturer(s) (OEM) Component Maintenance Manual (CMM). The contractor shall be required to perform all repair activities IAW the OEMs technical requirement. This is not a request for quote or proposal. This RFI is for market research purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals and no contract will be awarded from this announcement. This RFI notice has been issued to survey the market to identify possible sources for consideration. This notice is to assist the USCG in determining potential sources. All contractors responding to this RFI notice are advised that their response to this notice is not a request to be considered for a contract award. The USCG ALC requests capability statements from interested companies for the purpose of identifying OEM certified sources capable of repair services for the items listed in attachment 1. Please respond to the following questions in additions to submission of your companys capability statement: 1. Is your company the OEM or OEM Service Center certified? 2. Is your company capable of performing repair for the Part Numbers identified above? 3. Does your company have the ability to obtain OEM separately priced replacement parts, if needed? 4. Is your business a large or small business? If small, define your companys socioeconomic classification. 5. If your company is a small business, are you capable of performing at least 50% of the work, in order to comply with Federal Acquisition Regulation (FAR) Clause 52.219-14, specifically 52.219-14(c)(1), At least 50 percent of the cost of contract performance incurred for personnel shall be expended for employees of the concern. Does the company send out work to subcontractors? If so, how much work and what type of work is subcontracted? 6. What is your companys estimated lead time for the repair and/or modification of these items? 7. Does your company offer warranty on repairs/modification? If yes, what is the standard warranty? 8. Is this work exempt from the Service Contract Labor Standards or does it apply? State the exemption if applicable. 9. Where is your Maintenance Repair facility located? 10. Can your company provide the required documentation as follows? Potential offerors must possess and be capable of maintaining and/or providing the following documentation: a. Federal Aviation Administration (FAA) Part 145 Repair Station Certificate, or: b. European Aviation Safety Agency (EASA) Part 145 Repair Station Certificate equivalent, and: c. A certification or letter as an OEM approved Maintenance Repair Facility. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on SAM.gov website. Responses to this RFI synopsis are not adequate responses to any future announcement. All interested offerors will have to respond to the solicitation in addition to responding to this RFI synopsis. Responses to this RFI synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Closing date and time for receipt of response is April 25, 2024 at 12:00 pm EDT. Telephone responses will not be accepted. Responses should be submitted to This email address is being protected from spambots. You need JavaScript enabled to view it.. Please indicate 70Z03824IB0000014 in the subject line.