Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 21, 2006 FBO #1760
MODIFICATION

16 -- FLIR/FSS/EO-IR Specification and Support By The Hour document, Request for Comments

Notice Date
7/27/2006
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, EISD, 130J or Support Proc Building 79, 75, 78, 19 or 63, Elizabeth City, NC, 27909-5001
 
ZIP Code
27909-5001
 
Solicitation Number
Reference-Number-HSCG38-06-RFI-EISD007
 
Response Due
8/25/2006
 
Point of Contact
Constance TROTMAN, EISD Contracting Officer, Phone 252-335-6895, Fax 252-335-6849,
 
E-Mail Address
Constance.W.Cox@uscg.mil
 
Description
This is Modification 2 in which quantities are adjusted downward. This is a Request for Comments and Information notice. The US Coast Guard, ARSC, EISD, Elizabeth City NC is seeking vendor comments on a proposed solicitation document including Support By the Hour, specifications and a general project summary. The Support By the Hour document and Specifications are posted on the public USCG website at www.uscg.mil/HQ/arsc/solicitations.htm Then scroll down to the EISD contracting page to HSCG38-06-RFI-EISD007. Comments/questions/expressions of interest in this acquisition should be directed to Constance W. Cox, Contracting Officer, tele 252 335-6895, e-mail Constance.W.Cox@uscg.mil or FAX 252 335-6463. First cutoff date for comments will be 15 August 2006. While comments are not required for participation in the subsequent solicitation (estimated to be published within the next 60 days), comments from FSS/FLIR OEMS will be welcomed and considered. The U.S Coast Guard (USCG) has identified a need to equip 46 rotary wing aircraft with capable and supportable Electro-Optical/Infrared Sensor Systems (FSS). The USCG is publishing this request for information to provide potential suppliers with an opportunity to review and comment on the specification, support contract and objectives. Supplier FSS proposals will be evaluated for changeability, supportability, performance and life cycle costs. The supplier will be responsible for insuring performance for the life of the system as defined in the enclosed Coast Guard support by the hour (SBH) document. A government team has reviewed EO/IR market survey data and Coast Guard operational requirements to develop the enclosed FSS performance specification. The specification defines desired and required EO/IR capabilities. Potential suppliers are encouraged to review the enclosed documents and provide written suggestions to the contracting officer. 1. Process The Coast Guard is publishing EO/IR FLIR Sensor Systems (FSS) requirements documentation and will consider suggestions from qualified suppliers. Suggestions must be received at the address listed below no later than 15 August 2006. Advance copies may be sent by e-mail to Constance.W.Cox@uscg.mil (the contracting officer) including the following in the subject line ¡§FSS Specification Comments, Company Name¡¨. Correspondence must include a company point of contact with address, phone number and email address. The Coast Guard will revise the FSS documents based upon industry comments and publish a solicitation for FSS procurement. The proposals will be evaluated by a Coast Guard Technical Evaluation Team with concurrent technical review and comment by NWSC Crane. The target for the initial contract award is 15 November 2006. The first article(s) will be required for evaluation on or about 15 February 2007. First article tests will be performed both in the lab at NWSC Crane and in flight tests on Coast Guard aircraft. Six systems will be procured as soon as possible. Additional systems will be procured as funding becomes available. 2. Scope The FSS may be installed on any DHS aircraft. The FSS will be installed on aircraft now operating without FLIR and the FSS will replace the FLIR systems currently in service on Coast Guard rotary wing aircraft. The requirement includes life cycle support, the EO/IR FSS system and recording capability. The recording requirement may be a separate procurement from the FSS. The support contract is intended for 46 Coast Guard aircraft. Additional DHS aircraft may added as required. 3. Background The Coast Guard currently operates (99) H-65 and (41) H-60 aircraft. These aircraft require sensor improvements to support Coast Guard¡¦s Statutory Mission Requirements (e.g. SAR, MDA, HLS, & ELT). A requirement for airborne use of force (AUF) capability for Coast Guard helicopters is evolving rapidly. AUF equipment, including the FSS, will be installed in all H-60 aitory Mission Requirements (e.g. SAR, MDA, HLS, & ELT). A requirement for airborne use of force (AUF) capability for Coast Guard helicopters is evolving rapidly. AUF equipment, including the FSS, will be installed in all H-60 aircraft and, initially, a subset of the H-65 fleet. There is an immediate need to equip six H-65 aircraft for operations in the fall of 2007 to support critical Airborne Use of Force national security requirements. Current plans call for a minimum of 46 Airborne Use of Force aircraft equipped with FSS. From the point of award forward, FSS systems will be enrolled in a scalable support contract in increments of 10 systems up to an operational fleet of approximately 150 systems. The Coast Guard has identified the need to improve on typical industry support plans for FLIR systems. The Coast Guard has over 20 years of experience with maintenance and repair support by the hour (SBH) for engines and avionics components. The FSS SBH document was defined based on the successful support by the hour (SBH) agreements currently utilized by the Coast Guard. 4. Objectives 4.1 Support The Coast Guard support requirements are defined in the attached Support By the Hour (SBH) document. Coast Guard aircraft operate in a demanding environment. SBH is intended to insure the FSS is supported in the Coast Guard operating environment. SBH is intended to align the supplier and Coast Guard interests to provide fully mission capable systems available for Coast Guard operations. The supplier is responsible for the performance of their product. SBH provides a framework for the Coast Guard and supplier partnership for the life of the FSS. The Coast Guard will consider suggestions for modifications to the SBH plan. Suppliers will be allowed to offer alternative support plans. However, at a minimum pricing must be provided for the Coast Guard defined SBH. Evaluation of suppliers will be based on life cycle costs derived from the Coast Guard SBH. 4.2 Performance The Coast Guard FSS requirements are defined in the attached FLIR Sensor System (FSS) performance Specification. Additional information is provided below for the key performance parameters. 4.2.1 Compatibility The FSS must be capable of full integration with the aircraft to minimize impacts associated with weight, ground clearance, cabin space, and avoid safety issues such as emergency egress and hard landings. The system must provide for ergonomic human interfaces compatible with aircrew personnel, procedures, equipment, and proficiency capabilities. The FSS lighting, displays, controls and indicators shall be optimized for viewing with the unaided eye and compatible with aircrew Night Vision Goggle (NVG) operations. The system must be have the capability to point and maintain sensor line-of-sight to a known or designated position. The point command and data shall be capable of interface with a digital map system, Radar, CDU, Heads Up Display with Line of Sight (HUD/LOS) capability for turret control and/or video storage/datalink systems. 4.2.2 Identification The primary technical performance evaluation standard will be the ability to read 6¡¨ letters during nighttime operations from in excess of 1 nautical mile. The system shall include incorporation of a definitive planned product improvement program, specifically designed to enhance nighttime identification fidelity and standoff range. 4.2.3 Interface The FSS must be designed to interface with the RADAR and provide the capability to slew the FSS to a RADAR contact or waypoint data, and slave the FSS to the contact. The FSS must provide auto-track, auto-scan and auto-focus capability. The FSS must provide a field of regard of 360 degrees continuous azimuth. The system must include a hand controller that is portable throughout the cabin area, designed to minimize egress hazards and other potential interferences or safety hazards. The FSS shall provide nominal operational configuration for urgent missions while using the minimum cabin compartment space practical for installation of mission hardware. 4.2.3 Open Architecture The FSS shall be designed to incorporate an open architecture to the greatest extent possible and use standard government and commercial protocols. The system should minimize proprietary interfaces and systems. 5. Vendor Qualification The supplier must be an original equipment manufacturer for airborne Electro-Optical/Infrared systems. The supplier must have been approved by the US Department of Defense (DOD) or GSA (or equivalent as determined by the best value source selection team) as an aircraft EO/IR supplier or have been included as part of an approved supplemental type certificate for installation of EO/IR systems on US commercial aircraft by the Federal Aviation Administration. Proof of certification shall be submitted with the proposal. The supplier must have experience working with civil and military airworthiness authorities. The supplier must explain in the proposal how they comply with the airworthiness requirements of the contract. The supplier must have or establish a permanent presence in the United States staffed with English speaking technical support personnel. All system documentation must be available in readily understandable English language format. The supplier must explain how they will meet the support requirements defined in the SBH document. The supplier must explain how they will support the integration of the FSS with RADAR HUD/LOS and other aircraft systems. 6. Evaluation 6.1 Evaluation Guide NOTE: NOT INCLUDED AT THIS TIME. The solicitation will include the enclosed source evaluation guide. This guide consists of an Offeror Proposal Response Template and a System Sensor & Laser Specifications Form. The former is designed to normalize industry responses along topic lines to facilitate the technical evaluation and comparison process. The latter is a pre-formatted matrix document that requires the offeror to establish full, partial, or non-compliance with the established elements of the government performance specification. 6.2 Evaluation Process Selection and contract award will be made to the responsible offeror whose offer provides the best value to the Government determined by a balanced, performance based evaluation of system capabilities, acceptance of the government defined comprehensive support requirements, past performance, delivery and price. The planned system evaluation criteria are: Technical Capability, Past Performance, Risk, Experience, Delivery and Price. Proposals that exceed the basic requirements will be considered. The evaluation and source selection process will consider each offeror's capability to provide a technical solution that best aligns with the requirements of the RFP, is within the proposed schedule, and is affordably priced. An integrated assessment of the strengths, weaknesses, and risks of each offeror's proposal, together with the cost proposed, will be used to determine which proposal offers the best overall value to the Government. A detailed narrative will provide supporting justification for the decision 6.3 Evaluation Criteria The criteria that will be considered in making the award include technical capabilities and systems performance, support, organizational experience, risk and cost as an independent variable as defined below: Factor I - Technical: The following technical elements shall be evaluated and scored in an evaluation matrix: „h Capability „h Reliability „h Maintainability „h Supportability „h Robustness „h Agility „h Flexibility „h Adaptability „h Planned Product Improvement The offeror shall present their approach to meeting the requirements in prescribed templates. Factor II ¡V Logistical Support: The offeror¡¦s support plan will be evaluated to insure it meets the government specified minimum requi provided. A quality audit will be conducted at the successful offeror¡¦s manufacturing site(s) before award. Factor IV - Experience: The offeror shall list their experience in performing the same type of functions. The Government reserves the right to evaluate the information provided and any other information pertinent to this criterion. Factor V - Risk: The proposed system must be derived from proven technology. The offeror will be required to demonstrate the validity and maturity of their technical approach. Independent Variable - Price: Price is not weighted but will be considered prior to award. The closer offers are to technical equality, the more important price becomes. Price will include system acquisition and life cycle support costs. Correspondence Correspondence regarding this statement of objectives should be sent to the following address: Contracting Officer Engineering and Industrial Support Division USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 Constance.W.Cox@uscg.mil Attachments can be accessed at www.uscg.mil/HQ/arsc/solicitations.htm Then scroll down to EISD contracting page to HSCG38-06-RFI-EISD007. (1) Support by the hour requirements document (undated) (2) FLIR Sensor System Performance Specification dtd 14 July 2006 NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (27-JUL-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 19-SEP-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/DHS/USCG/USCGARSC/Reference-Number-HSCG38-06-RFI-EISD007/listing.html)
 
Record
SN01149001-F 20060921/060919223608 (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  © 1994-2020, Loren Data Corp.