Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2006 FBO #1657
SPECIAL NOTICE

15 -- Helicopters

Notice Date
6/8/2006
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commandant (G-ACS), U.S. Coast Guard Headquarters, 2100 Second St., SW, Washington, DC, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
Reference-Number-NCRADJune2006
 
Response Due
6/22/2006
 
Archive Date
7/7/2006
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI). The U.S. Coast Guard (USCG) is conducting a market survey to determine the availability of commercial sources, and requesting relevant information to determine industry capability to provide up to five (5) HH65C helicopters. Any information provided to the government in response to this RFI is strictly voluntary and at no cost to the government. This is a market survey requesting information that may be used in support of a potential requirement. No contract will be awarded from this announcement. This is not an announcement of a forthcoming solicitation, nor is it a request seeking contractors to be placed on a mailing list. Data submitted in response to this market survey will not be returned. Information received will not be used to evaluate contractor capabilities. The required aircraft are up to five HH65C helicopters outfitted to Coast Guard specifications. Coast Guard specifications are contained in the U.S. Coast Guard HH65C Technical Specification. Please note that some portions of the specification contain proprietary information. Interested parties would have to contact the owners of such proprietary information for further details. The specification is comprised of the following five parts: 1) HH65A technical specification (OEM proprietary, contact Eurocopter); 2) HH65B technical specification: USCG HH65B technical specification, (contact HH65 Product Line, USCG Aircraft Repair and Supply Center); 3) HH65B technical specification, (OEM proprietary portion, contact Rockwell Collins); 4) USCG HH65 Time Compliance Technical Orders (TCTO): USCG TCTO package (495 conversion / change events to HH65 configuration), (contact HH65 Product Line, USCG Aircraft Repair and Supply Center); 5. HH65C technical specification: USCG HH65C technical specification, (contact HH65 Product Line, USCG Aircraft Repair and Supply Center). The Coast Guard will make a HH65C and the existing, non-proprietary information available for review by appointment at the U. S. Coast Guard Aircraft Repair & Service Center in Elizabeth City, NC during the week of on June 26, 2006. Appointments will be scheduled for a timeframe not to exceed 2 days. Additional HH65C Technical Requirements include the following: ?Twin engine, dual controls, but single pilot capable, for all weather, marine environment, and day/night operations with a MGW of <9500#; Capable of operating in FAA environment; Aircraft systems and equipment should be capable of operating in rain, fog, snow, sleet, and other adverse weather conditions; The aircraft should function fully in a temperature range of -40C to +45C and relative humidity from 20-100%; Be currently certified or capable of being certified in accordance with Federal Aviation Regulations Part 25, Part 34, and Part 36; Be capable of worldwide military and civilian operations. Endurance on a standard tropical day, 29.92 degrees barometric pressure, 30C, no wind with a crew of three (3), and required mission equipment and fly a minimum of 2 hrs 20 minutes and land with a 20 minute reserve without refueling. Each aircrew with survival and mission equipment weighs 250 pounds (total crew weight of 750 pounds). ? Engines should be capable of producing a power margin reserve of 10%, on a standard tropical day, 29.92 degrees barometric pressure, 30C, no wind, HOGE at max gross weight; Navigation equipment should include VOR, TACAN, GPS, coupled to a 4 axis auto-pilot system. ? Desired communication equipment should include an HF, UHF, VHF-FM, FM, MILSATCOM, HF with ALE and ANDVT. ? Desired sensors should include EO/IR, NVG/HUD capable, a weather radar, IFF, and UHF/VHF DF capability. ? Other desired miscellaneous equipment should include pressure refueling system compatible with Navy/USCG fueling equipment and Navy/CG shipboard compatibility. ? Aircraft should be capable of continuous operations in a salt-water marine environment aboard CG Cutters to include blade folding (or removing) capability, an aircraft tie-down system, and floatation devices that allow the aircraft to remain afloat and upright for 4 minutes in Sea State 2. Supplier specific information provided should include but is not limited to: a) Name and addresses (including phone numbers and Point of Contacts, b) Discussion of capable of providing the described aircraft; c) Catalog and other company descriptive literature, pricing, and current availability with delivery timeframe; d) Any contractor restrictions in meeting the requirement. Suppliers may also include any customary commercial contract terms and conditions; e) Indicate if your firm is a Small or Large Business, HUBZone and/or 8(a), CAGE code, Dun and Bradstreet number, Tax ID Number, and GSA schedule should you hold one, f) The USCG self-certifies it?s aircraft as airworthy under public use aircraft law. How will you provide the technical data to the USCG that will allow the USCG to certify the aircraft as airworthy? This is not a request for proposals and there is no bid package or solicitation document associated with this announcement. The requested information does not constitute a commitment, implied or otherwise, that a procurement action will be issued. The Government shall not be liable for or suffer any consequential damages for proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Please submit information via email to Mr. Robert Kessler at rkessler@comdt.uscg.mil no later than 8:00 a.m. on June 22, 2006.
 
Record
SN01065715-W 20060610/060608221923 (fbodaily.com)
 
Source
FedBizOpps 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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.