Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 12, 2003 FBO #0590
SPECIAL NOTICE

15 -- Medium Lift Helicopter

Notice Date
7/10/2003
 
Notice Type
Special Notice
 
Contracting Office
DHS - Border and Transportation Security, United States Customs Service (USCS), Procurement Division, 1300 Pennsylvania Avenue, N.W., Room 1310 NP, Washington, DC, 20229
 
ZIP Code
20229
 
Solicitation Number
Reference-Number-CS-RFI-SL01
 
Response Due
8/11/2003
 
Archive Date
8/26/2003
 
Point of Contact
Sharon Lim, Contracting Officer, Phone (202) 927-4914, Fax (202) 927-1190, - Ronald Venable, Contract Specialist, Phone (202) 927-1132, Fax (202) 927-1812,
 
E-Mail Address
sharon.lim@customs.treas.gov, ron.venable@customs.treas.gov
 
Description
REQUEST FOR INFORMATION Medium Lift Helicopter 1.0 INTRODUCTION The U.S. Bureau of Immigration and Customs Enforcement (ICE) operates 16 law enforcement equipped UH-60A/Black Hawk Medium lift helicopters (MLHs) that are on loan from the U.S. Army to support counterterrorism and counterdrug enforcement operations. Those operations include interdiction of aircraft and vessels involved in smuggling, airspace security, protection of dignitaries, serving of high-risk warrants and rapid-response tactical relocation of law enforcement personnel and equipment. 2.0 REQUEST ICE is seeking information on current production military and commercial helicopters to replace its aging MLH fleet. Candidate replacement helicopters must be fully supportable (parts, technical assistance, etc.) for 20 years beyond the date of acquisition. Interested vendors must be capable of demonstrating the capabilities of their helicopter and requisite equipment as an integrated end product. ICE estimates that 20 MLHs will be needed to meet current operational requirements. 3.0 MINIMUM OPERATIONAL REQUIREMENTS (GENERAL) 3.1 Type of Aircraft The MLH shall be a marinized law enforcement multi-engine turboshaft helicopter equipped with sensors capable of detecting and tracking surface targets. Commercial MLHs shall be Federal Aviation Administration type certificated aircraft (FAR Part 27/29) that are approved for day/night/VFR/IFR operation. To reduce costs and enhance equipment availability and support, the contractor shall utilize "commercial-off-the-shelf" equipment to the maximum extent possible. The cabin interior shall be configured using roll-on-roll-off technology to enhance multi-mission flexibility. All doors shall be configured with emergency egress fittings and lighting. Rear doors shall be capable of being locked open in flight and rear windows shall be capable of being locked open or removed during flight. The rotor system design shall provide a minimum vertical obstacle clearance of 6 feet from the tip path plane to the ground and incorporate a blade fold/removal capability to enable transport aboard military aircraft and vessels. The MLH must be capable of operating under adverse environmental conditions. Those include rough terrain, dust and sand, extreme high and low temperatures, high altitude, high salinity and high humidity conditions. 3.2 Engines At a pressure altitude of 6000 feet at ISA +20, the MLH shall be capable of a single-engine climb performance of 100 feet per minute at maximum gross take-off weight (MGTOW). At a pressure altitude of 6000 feet at ISA +20, the MLH shall be capable of hovering out of ground effect at MGTOW. 3.3 Avionics/Communications The MLH shall comply with worldwide airspace and navigation requirements. The avionics/communication suite shall provide secure-capable HF, VHF and UHF multiband communications. At a minimum, it shall include the following:  Fully integrated EFIS ?glass cockpit? with NVG compatible displays and lighting  Dual digital automatic flight control system  Flight management system using IRS, GPS and VOR/DME inputs  Two APCO P-25 compliant Global Wulfsburg RT-5000 multiband radio transceivers and two C-5000 communications management controllers  Multiband line of sight and SATCOM/DAMA radio with embedded Type 1 and SATCOM/DAMA cryptographic capability  HP9000D COTHEN radio with tracking and communications system (TRACS) and VP-116 triple algorithm re-key (TAR)  Intercommunications system with audio panels for all crewmembers and passengers with eight communication and eight navigation radio selection positions  Traffic Collision Avoidance System (TCAS) I with ?Enhanced? Ground Proximity Warning System  Transponder with Mode C, Mode 3 and embedded Mode S 3.4 Sensor System The MLH shall have a fully integrated sensor system that is commercially available, currently in production, operationally viable and capable of being easily retrofitted with the latest configurations. At a minimum, the sensor system shall have the following:  Removable console that provides the sensor operator with the ability to control and simultaneously display the radar and electro-optics/infrared (EO/IR) sensor imagery. At a minimum, the console shall include:  A CD/DVD-RW drive and high capacity fixed and removable hard drives to record audio and video of all sensors  A multi-function handgrip that enables the sensor operator to steer the EO/IR turret and a keypad that selects software menus  A standard keyboard and trackball as an alternate means of control  High-resolution mapping/weather radar that detects and tracks multiple targets of interest. The multi-mode search radar shall provide the following features:  The radar shall be capable of detecting a maritime target at a distance of 5 nm or greater in sea state 3 conditions with a probability of detection of 0.9  Track-while-scan capability for 20 simultaneous surface targets  High-resolution pulse compression, antenna stabilization, pulse-to-pulse and scan-to-scan processing, and frequency agility to eliminate/minimize sea clutter  IFF interrogation of transponder(s) located within a range up to 160 nm  EO/IR sensor housed in a 360-degree continuous rotation turret that is capable of performing in a hot, humid, tropical climate and producing high-resolution color images in daylight and high-quality thermal imaging in low-light conditions. At a minimum, the EO/IR sensor shall include:  Multiple sensors including a laser range finder, laser illuminator, CCD TV, camera spotter scope and infrared camera  Sensor tracking based on scene correlation, geographic pointing based on an entered latitude/longitude and the location that the sensor is pointing or contrast caused by temperature differences  Automatic geo-location and rate-aid tracking capability in both electro-optical and infrared modes  Capability to automatically slave Night-sun to EO/IR system  Encrypted video downlink capable of transmitting real-time video for approximately 50 nm line-of-sight at 2,500 feet MSL. 4.0 MISSION PROFILES The MLH should be capable of performing the following mission profiles under the stated ambient atmospheric conditions. Performance shall be evaluated using a statistical analysis approach to verify that the scenario?s requirements are met. 4.1 Maximum Speed Mission Payload:  2 crewmembers: 400 lbs  4 passengers: 800 lbs  Equipment/Cargo: 150 lbs Environmental Conditions:  5,000 feet mean sea level(MSL) No wind; ISA +20 degrees C Mission Profile:  Start-up, taxi, depart VFR and climb at best rate to best range altitude  Transit at a speed to reach a location 300 nm from the airport within 2 hours  Perform a hover out of ground effect and land in a 100-ft. diameter confined area  Depart area, climb at best rate to best range altitude and transit 100 nm at long- range cruise speed  Descend and execute a VFR approach to a landing with a 20-minute fuel reserve 4.2 Maximum Range Mission Payload:  2 crewmembers: 400 lbs  4 passengers: 800 lbs  Equipment/Cargo 150 lbs Environmental Conditions:  Sea level: No wind; ISA Mission Profile:  Start-up, taxi, depart VFR and climb at best rate to best range altitude  Transit at a speed to reach a remote location 250 nm from base within 2 hours  Perform a hover out of ground effect and land in a 100-ft. diameter confined area  Depart area, climb at best rate to best range altitude and transit 250 nm at long- range cruise speed  Descend and execute a VFR approach to a landing with a 20-minute fuel reserve 4.3 Maximum Endurance Mission Payload:  4 crewmembers: 800 lbs  Equipment/Cargo 200 lbs Environmental Conditions:  Sea level: No wind; ISA +20 degrees C Mission Profile:  Start-up, taxi, depart VFR and climb at best rate to best range altitude  Transit 100 nm at long-range cruise speed (not less than 135 kts)  Descend to 1,000 feet and conduct a search at 60 KTAS for 2 hours, 30 minutes  Depart area, climb at best rate to best range altitude and transit 100 nm at long-range cruise speed (not less than 135 kts)  Descend and execute a VFR approach to a landing with a 20-minute fuel reserve 4.4 Maximum Payload Mission Payload:  4 crewmembers: 800 lbs  6 passengers: 1200 lbs  Equipment/Cargo 250 lbs Environmental Conditions:  Sea level: No wind; ISA +20 degrees C Mission Profile:  Start-up, taxi, depart VFR and climb at best rate to best range altitude  Transit 250 nm at long-range cruise speed (not less than 135 KTAS)  Descend and execute a VFR approach to a landing with a 20-minute fuel reserve 5.0 MISSION EQUIPMENT 5.1 Required Equipment  Heated windshield, pitot and static ports  Ice detection and engine anti-ice system  Emergency floatation system  Cargo hook provision equipment (6000-lb capacity)  Rescue hoist provisions and rescue hoist equipment (600-lb capacity and 250 feet in useable cable length)  High Intensity searchlight and Night-sun with appropriate NVG compatibility filters  Heating and air conditioning system  Fully integrated 4 Axis autopilot capable of performing coupled approaches and automatic approach to a hover  Crashworthy fuel system with frangible fittings  Provisions for external stores/equipment hard-points 5.2 Desired Equipment  Auxiliary Power Unit  Rotor Brake  Anti-ice/Deice for the Main Rotor System 6.0 RESPONSES This Request For Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. The Government does not intend to award a contract on the basis of responses or otherwise pay for the preparation of any information submitted or the Government's use of such information. Sources responding to this RFI should submit the minimum information necessary for the Government to make a determination that the source is capable of satisfying the requirements. Responses to this RFI should include information as to type of aircraft, mission equipment, operating capabilities, and price range. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. Responses should be identified with CS-RFI-SL01, and are due no later than 2:00 P.M. (EST) on August 11, 2003. Please submit three copies of your response to U.S. Bureau of Customs and Border Protection, Office of Finance, Procurement Division (Suite 1310), ATTN: Sharon M. Lim - Contracting Officer, 1300 Pennsylvania Ave., NW, Washington, D.C. 20229. Questions and/or comments should be submitted to the Contracting Officer, Sharon M. Lim, via Email at sharon.lim@dhs.gov.
 
Record
SN00368118-W 20030712/030710213049 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.