Skip to main content

An official website of the United States government

You have 2 new alerts

Overhaul Trim Servo

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • Updated Published Date: Nov 19, 2024 09:51 am EST
  • Original Published Date: Oct 24, 2024 02:11 pm EDT
  • Updated Date Offers Due: Dec 03, 2024 02:00 pm EST
  • Original Date Offers Due: Nov 06, 2024 02:00 pm EST
  • Inactive Policy: 15 days after date offers due
  • Updated Inactive Date: Dec 18, 2024
  • Original Inactive Date: Nov 21, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Elizabeth City , NC 27909
    USA

Description

A00003 - The response date for this synopsis/solicitation has been extended to December 3, 2024 at 2:00PM EST.

A00002 - The response date for this synopsis/solicitation has been extended to November 19, 2024 at 2:00PM EST.

A00001 - The response date for this synopsis/solicitation has been extended to November 14, 2024 at 2:00PM EST.

This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Federal Acquisition Regulation (FAR) subpart 12.6 and part 13, 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 70Z03825QJ0000023 is issued as a Request for Quotation (RFQ).  This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular 2024-07 effective 30 September 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.  

It is anticipated that a firm-fixed price purchase order will be awarded for the overhaul of Trim Servo on a limited source basis as a result of this synopsis/solicitation.  Pricing should be provided on Attachment 1 – Schedule-70Z03825QJ0000023. 

The Naval Supply (NAVSUP) Systems Command, Weapons Systems Support (WSS) has the sole authority for approving sources for the procurement, repair, and overhaul of this item.  Responsible Contractors are limited to NAVSUP WSS approved sources. A safety of flight risk is never acceptable, therefore, no alternate parts or deviations from NAVSUP WSS certificate specifications will be considered for this requirement. Use of only these sources will ensure all parts are repaired to the Original Equipment Manufacturers (OEM) specifications.

The Original Equipment Manufacturer (OEM) of this item is Kearfott Corporation, (Cage Code 05088) or Sikorsky Aircraft Corporation (Cage Code 78286). This item can only be overhauled by the OEM or OEM authorized repair facility.  Concerns that are OEM authorized have the expertise and required capabilities to repair this item 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. Items will only be repaired by 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.  

The contractor shall furnish a 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.  

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

SEE :
ATTACHMENT 1-“SCHEDULE-70Z03825QJ0000023”
ATTACHMENT 2–“STATEMENT OF WORK-70Z03825QJ0000023”
ATTACHMENT 3 -“TERMS AND CONDITIONS – 70Z03825QJ0000023” FOR APPLICABLE CLAUSES, INSTRUCTIONS AND EVALUATION CRITERIA 
ATTACHMENT 4 – “REDACTED JUSTIFICATION FOR OTHER THAN FULL AND OPEN COMPETITION – 70Z03825QJ0000023”

Closing date and time for receipt of offers is 12/3/2024 at 2:00PM Eastern Standard Time.   Anticipated award date is on or about 12/9/2024  E-mail quotations may be sent to Ashley.R.Winslow@uscg.mil and MRR-PROCUREMENT@uscg.mil.  Please indicate 70Z03825QJ0000023 in subject line.  
 

Contact Information

Contracting Office Address

  • 1664 Weeksville Road
  • Elizabeth City , NC 27909
  • USA

Primary Point of Contact

Secondary Point of Contact

History