The RFP Database
New business relationships start here

Spares for the USCG H65 Aircraft


North Carolina, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in the Federal Acquisition Regulation (FAR) subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number 70Z03820RB2000003 is issued as a request for proposals (RFP) using procedures of FAR Part 12 in conjunction with FAR Part 15. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2019-06-1 and 2020-01 effective 10 October 2019.

The applicable North American Industry Classification Standard (NAICS) Code is 336413. The small business size standard is 1,250 employees. This is an unrestricted requirement. All responsible sources may submit a quotation which shall be considered by the agency.


The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Elizabeth City, NC intends to negotiate and award an Indefinite Delivery Requirements type contract on the basis of Other Than Full and Open Competition under FAR 6.302-1 to Airbus Helicopters, Inc. for aircraft parts. Parts will be purchased via issuance of individually funded delivery orders. Airbus Helicopters, France (Cage Code F0210) is the Original Equipment Manufacturer (OEM) of the parts for this requirement. The only OEM authorized source of supply in North America is Airbus Helicopters, Inc. It is anticipated that an Indefinite Delivery Requirements contract consisting of one (1) one-year base period and two (2) one-year option periods shall be awarded as a result of this synopsis/solicitation.


All parts must have clear traceability to the OEM, Airbus Helicopters France. Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM or distributor to its current location.


It is the Government's belief that AHI is the only known source capable of providing traceability and genuine OEM parts, and is the only OEM authorized distributor for Airbus Helicopter parts. Concerns having the expertise and required capabilities to provide these items are invited to submit offers in accordance with the requirements stipulated in this solicitation. No alternate part numbers will be accepted.


See attached documents titled:
 "Requirements - 70Z03820RB2000003"
 "Terms and Conditions - 70Z03820RB2000003"


Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. Best value to the Government is always the goal, but without jeopardizing quality or safety of flight. Only the use of airworthy commercial specifications or standard military specifications/military standard parts will be utilized and approved from this solicitation.


Newly manufactured commercial items will only be procured from sources able to provide a certificate of airworthiness, FAA 8130 (preferred) or equivalent European Aviation Safety Agency (EASA) certification, a Certificate of Conformance (COC) and traceability to the OEM. The Federal Aviation Regulation, Part 21, outlines certification procedures. For Production Approval Holder, a COC and a copy of the FAA Parts Manufacturer Approval (PMA) or other manufacturing authority shall be provided. The certificate must be signed by an authorized official representing the approved source and must specify the manufacturer's part number and date of manufacture.


The contractor shall furnish a COC in accordance with FAR clause 52.246-15. COC must be submitted in the format specified in the clause. All replacement parts shall be NEW approved parts.


NO SUBSTITUTE OR ALTERNATE PARTS WILL BE CONSIDERED. ONLY NEW PARTS WILL BE ACCEPTED. NO DRAWINGS, SPECIFICATIONS, OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.


Closing date and time for receipt of offers is 25 November 2019 at 11:59 pm Eastern. Anticipated award date is on or about 1 July 2020. Quotes and questions shall be submitted by email to Ty.B.DeHart@uscg.mil. Please indicate solicitation 70Z03820RB2000003 in the subject line. Phone calls WILL NOT be accepted.

NOTICE FOR FILING AGENCY PROTESTS
United States Coast Guard Ombudsman Program


It is the policy of the United States Coast Guard (USCG) to issue solicitations and make contract awards in a fair and timely manner. The Ombudsman Program for Agency Protests (OPAP) was established to investigate agency protest issues and resolve them without expensive and time consuming litigation. OPAP is an independent reviewing authority that is empowered to grant a prevailing protester essentially the same relief as the Government Accountability Office (GAO).


Interested parties are encouraged to seek resolution of their concerns within the USCG as an Alternative Dispute Resolution (ADR) forum rather than filing a protest with the GAO or some external forum. Interested parties may seek resolution of their concerns informally or opt to file a formal agency protest with the Contracting Officer or Ombudsman.


Informal Forum with the Ombudsman. Interested parties who believe a specific USCG procurement is unfair or otherwise defective should first direct their concerns to the applicable Contracting Officer. If the Contracting Officer is unable to satisfy their concerns, interested parties are encouraged to contact the U.S. Coast Guard Ombudsman for Agency Protests. Under this informal process the agency is not required to suspend contract award performance. Use of an informal forum does not suspend any time requirement for filing a protest with the agency or other forum. In order to ensure a timely response, interested parties should provide the following information to the Ombudsman: solicitation/contract number, contracting office, Contracting Officer, and solicitation closing date (if applicable).


Formal Agency Protest with the Ombudsman. Prior to submitting a formal agency protest, protesters must first use their best efforts to resolve their concerns with the Contracting Officer through open and frank discussions. If the protester's concerns are unresolved, an Independent Review is available by the Ombudsman. The protester may file a formal agency protest to either the Contracting Officer or as an alternative to that, the Ombudsman under the OPAP program. Contract award or performance will be suspended during the protest period unless contract award or performance is justified, in writing, for urgent and compelling reasons or is determined in writing to be in the best interest of the Government. The agency's goal is to resolve protests in less than 35 calendar days from the date of filing. Protests shall include the information set forth in FAR 33.103(d) (2).
If the protester fails to submit the required information, resolution of the protest may be delayed or the protest may be dismissed. To be timely protests must be filed within the period specified in FAR 33.103(e). Formal protests filed under the OPAP program should be submitted electronically to OPAP@uscg.mil and the Contracting Officer or by hand delivery to the Contracting Officer.


Election of Forum. After an interested party protests a Coast Guard procurement to the
Contracting Officer or the Ombudsman, and while the protest is pending, the protester agrees not to file a protest with the GAO or other external forum. If the protest is filed with an external forum, the agency protest will be dismissed.


The Ombudsman Hotline telephone number is 202.372.3695.


 


Ty DeHart, Contract Specialist, Phone 252-335-6494, Email ty.b.dehart@uscg.mil - James R Callison, Contract Specialist, Phone 2523356511, Fax 2523345240, Email james.r.callison@uscg.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP