Search Contract Opportunities

Blade Fold Tail Fold (BFTF) Components   32

ID: 70Z03825RJ0000001 • Type: Synopsis Solicitation • Match:  85%
Opportunity Assistant

Hello! Please let me know your questions about this opportunity. I will answer based on the available opportunity documents.

Please sign-in to link federal registration and award history to assistant. Sign in to upload a capability statement or catalogue for your company

Some suggestions:
Please summarize the work to be completed under this opportunity
Do the documents mention an incumbent contractor?
Does this contract have any security clearance requirements?
I'd like to anonymously submit a question to the procurement officer(s)
Loading

Description

Posted: Feb. 28, 2025, 2:18 p.m. EST

A00003 - This solicitation has been amended. Attachment 2 - Terms and Conditions have been revised to incorporate the FAR Clause 52.223-23 and the following changes:

System updates may lag policy updates. The System for Award Management (SAM) may continue to require entities to complete representations based on provisions that are not included in agency solicitations, including 52.223-22, Public Disclosure of Greenhouse Gas Emissions and Reduction Goals Representation, and paragraph (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services. Components shall not consider or use these representations.

Contracting officers will not consider the following representations when making award decisions or enforce requirements:

Paragraph (d) and (t) of 52.212-3, Offeror Representations and Certifications Commercial Products and Commercial Services;
Paragraphs (b)(33), (b)(34), (e)(1)(ix), and (e)(1)(x) of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services. Additionally, per this deviation, in paragraph (b)(46), E.O. 14057 does not apply;
Paragraphs (e)(1)(ii)(I) and (e)(1)(ii)(J) of Alternate II of 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Commercial Products and Commercial Services; and
Paragraphs (a)(1)(vii) and (a)(1)(viii) of 52.213-4, Terms and Conditions Simplified Acquisitions (Other Than Commercial Products and Commercial Services). Additionally, per this deviation, in paragraph (b)(1)(xvii), E.O. 14057 does not apply.

Entities are not required to, nor are they able to, update their entity registration to remove these representations in SAM.

A00002 - This solicitation has been amended. Attachement 2 - Terms and Conditions have been revised to remove FAR Clause 52.222-21 and FAR Clause 52.222-26 per E.O. 14173. All other items regarding this solicitation remain unchanged.

A00001 - This amendment is to correct Line Items 0008, 1008, 2008, 3008, and 4008 from P/N: 70201-86015-105 to P/N: 70201-86016-102. A copy of the conformed schedule is attached. All other items of this solicitation remain unchanged.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR subpart 12.6 and part 15, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotations are being requested and a written solicitation will not be issued. Solicitation number 70Z03825RJ0000001 is issued as a Request for Proposal (RFP). This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2025-01, effective 12 November 2024.

The applicable North American Industry Classification Standard 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.

This contract is expected to be awarded on a competitive basis. It is anticipated that one (1) Indefinite Delivery Requirements Type Contract, with firm-fixed pricing (FFP), consisting of one (1) one (1) year base period and, if exercised, four (4) one (1) year option periods, will be awarded as a result of this synopsis/solicitation. The total duration of this contract shall not exceed five (5) years. FFP delivery orders will be issued in accordance with the terms and conditions of the contract as supplies are required and funds are available. The list of supplies and estimated quantities can be found on Attachment 1 Schedule of Supplies 70Z03825RJ0000001.

Only the items requested in this solicitation will be considered for award. All parts shall be NEW approved parts. All parts shall have clear traceability to the Original Equipment Manufacturers (OEMs), Sikorsky Aircraft Corporation (Cage Code 78286), W and G Machine Company (W&G, Cage Code 33682), and Valley Tool and Manufacturing (Valley, Cage Code 1WA71). Traceability means a clear, complete, documented, and auditable paper trail which traces each step from an OEM to its current location. 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.

Parts must be approved in accordance with Federal Aviation Administration (FAA) guidelines to ensure safety of our aircrew. The Government shall ensure all procurements are awarded 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, or a certificate of conformance and traceability to the OEM. [LJGC(2]

The contractor shall furnish a Certificate of Conformance (COC) in accordance with Federal Acquisition Regulation (FAR) clause 52.246-15. COC must be submitted in the format specified in the clause. Offerors must be able to provide necessary certification including traceability to the manufacturer, manufacturer's COC and its own certificate of conformance to ensure parts are in airworthy condition, suitable for installation on USCG aircraft. Prospective vendors who are not the OEM or must provide traceability for the offered product back to the manufacturer.[LJGC(3]

Consistent with FAR Provision 52.212-1(h), the Government reserves the right to make more than one award (multiple awards) for different line items, if, after considering the additional administrative cost to the Government of awarding and administering separate purchase orders, it is determined that the multiple awards will result in the best value to the Government. For purposes of evaluating the cost of making multiple awards, it is assumed that the administrative cost of awarding and administering a purchase order is $500.

NOTE: NO DRAWINGS, SPECIFICATIONS OR SCHEMATICS ARE AVAILABLE FROM THIS AGENCY.

ATTACHMENT 1 - SCHEDULE OF SUPPLIES 70Z03825RJ0000001

ATTACHMENT 2: TERMS AND CONDITIONS 70Z03825RJ0000001 FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA.

Closing date and time for receipt of offers is 3/24/2025 at 2:00 PM Eastern Time. Anticipated award date is on or about 5/25/2025. E-mail quotations may be sent to Amy.E.Whitehurst2@uscg.mil. Please indicate 70Z03825RJ0000001 in the subject line.

Posted: Feb. 18, 2025, 12:01 p.m. EST
Posted: Dec. 19, 2024, 2:17 p.m. EST
Posted: Dec. 17, 2024, 10:10 a.m. EST

Overview

Response Deadline
March 24, 2025, 2:00 p.m. EDT Past Due
Posted
Dec. 17, 2024, 10:10 a.m. EST (updated: Feb. 28, 2025, 2:18 p.m. EST)
Set Aside
None
Place of Performance
Not Provided
Source

Current SBA Size Standard
1250 Employees
Pricing
Likely Fixed Price
Evaluation Criteria
Best Value
Est. Level of Competition
Low
Vehicle Type
Indefinite Delivery Contract
On 12/17/24 Aviation Logistics Center issued Synopsis Solicitation 70Z03825RJ0000001 for Blade Fold Tail Fold (BFTF) Components due 3/24/25. The opportunity was issued full & open with NAICS 336413 and PSC 1615.

NATO Stock Number

Details for included NSNs

Item Name
PLATE ASSEMBLY, PRESSURE LOWER
NIIN
012212613
Standard Unit Price (DLA)
$22,875.00

Item Name
SHAFT ASSEMBLY, DRIVE
NIIN
011589523
Standard Unit Price (DLA)
$11,099.00

Item Name
DAMPER BRACKET ASSEMBLY
NIIN
011589588
Standard Unit Price (DLA)
$11,744.00

Item Name
PLATE ASSEMBLY, PRESSURE UPPER
NIIN
012212612
Standard Unit Price (DLA)
$12,198.00

Item Name
SHAFT ASSEMBLY, DRIVE, DISCONNECT
NIIN
012725107
Standard Unit Price (DLA)
$35,895.00

Item Name
COUPLING, DRIVE SHAFT
NIIN
014456377
Standard Unit Price (DLA)
$30,820.00

Item Name
NRP, DAMPER ASSY H64
NIIN
016047562
Standard Unit Price (DLA)
$22,953.00
Primary Contact
Name
Amy Whitehurst   Profile
Phone
None

Documents

Posted documents for Synopsis Solicitation 70Z03825RJ0000001

Question & Answer

The AI Q&A Assistant has moved to the bottom right of the page

Opportunity Lifecycle

Procurement notices related to Synopsis Solicitation 70Z03825RJ0000001

Award Notifications

Agency published notification of awards for Synopsis Solicitation 70Z03825RJ0000001

IDV Awards

Indefinite delivery vehicles awarded through Synopsis Solicitation 70Z03825RJ0000001

Potential Bidders and Partners

Awardees that have won contracts similar to Synopsis Solicitation 70Z03825RJ0000001

Similar Active Opportunities

Open contract opportunities similar to Synopsis Solicitation 70Z03825RJ0000001

Additional Details

Source Agency Hierarchy
HOMELAND SECURITY, DEPARTMENT OF > US COAST GUARD > AVIATION LOGISTICS CENTER (ALC)(000
FPDS Organization Code
7008-70Z038
Source Organization Code
100168424
Last Updated
April 8, 2025
Last Updated By
julie.g.lininger@uscg.mil
Archive Date
April 8, 2025