Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 29, 2007 FBO #2102
SOURCES SOUGHT

16 -- Sources Sought Notice for HC-130H Phase 1 Avionics Upgrade

Notice Date
8/27/2007
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-RFR070127
 
Response Due
9/14/2007
 
Archive Date
9/29/2007
 
Description
United States Coast Guard, Systems Integrated Program Office, CG-931, 1530 Wilson Blvd, Arlington, VA, 22209 Response Date: COB 14 September 2007 This Sources Sought Notice is for information purposes only. THIS IS NOT A REQUEST FOR PROPOSAL. The United States Coast Guard (USCG) intends to upgrade the avionics on sixteen (16) of its 1700 series HC-130H aircraft, herein referred to as the HC-130H Phase 1 Avionics Upgrade. The USCG is conducting a Market Survey of industry to determine potential interested sources who possess the skills, experience, qualifications, and knowledge required to design, integrate, and install new avionics systems into the HC-130H aircraft. This Sources Sought Notice does not commit the Government to pay for any cost incurred in response to this notice or obligate the Government to contract for any services described herein. The HC-130H Phase 1 Avionics Upgrade will involve significant integration effort, as well as the procurement and installation of sixteen (16) A and B kits. The major Line Replaceable Units (LRUs) of the B kits will be provided as Government Furnished Property, which will consist of the following: 1. IS&S 6x8 Multifunction Display Systems 2. Rockwell Collins CDU 7000 Flight Management System 3. Northrop Grumman Replacement Inertial Navigation Unit (RINU-G) 4. Rockwell Collins AN/ARC-210 Warrior System 5. Rockwell Collins AN/ARN-149 Digital ADF 6. Honeywell Mark VII EGPWS The scope of this effort and technical tasks will require: 1. Extensive integration with the legacy subsystems that will remain in place. 2. Procurement of the following Commercial Off The Shelf (COTS) systems: ? A standby instrument system that incorporates at a minimum; attitude, airspeed, altitude, and heading in one instrument ? A digital moving map solution that is compatible with Coast Guard-Mission Planning System (CG-MPS) ? Commercial Electronic Flight Bag (EFB) 3. The production of a fully functional System Integration Lab (SIL). 4. Integration and installation of the prototype avionics system into a HC-130H aircraft. 5. Nonrecurring engineering effort to design and install a prototype field installation kit into a test kit installation (TKI) HC-130H aircraft. 6. Preparation of all technical publications and manuals required for operation, maintenance, and training. 7. A significant role in coordinating the flight test program and the airworthiness and FAA certification processes. In order to assess capabilities, interested parties should submit a brief capabilities statement package (no more than 10 pages (letter size) in length, single-spaced, 12 point font minimum) demonstrating ability to successfully perform the HC-130H Avionics Upgrade. The capabilities statement package should be titled HC-130H Phase 1 Avionics Upgrade Sources Sought and include the following: 1. Vendor Information ? Name of vendor ? Contact information (address, telephone, facsimile, e-mail) ? U.S. or foreign company ? Company profile to include number of employees, Cage Code, DUNS number, NAICS Code, GSA Schedule No., and business size categories 2. Technical Capabilities ? Description of technical capabilities to meet the requirement including design and systems engineering, design verification, first article and qualification testing; planning, coordinating and testing to prove system performance; systems integration, fabrication and hardware delivery ? Integration experience - an outline of integration projects previously performed or being performed of a similar nature 3. The integration will require modification to proprietary software from two major defense contractors. Briefly describe your experience in accomplishing similar work. 4. Asset availability is critical to the US Coast Guard. Therefore, the production field installation kits shall be installed into the aircraft within four weeks of induction. Briefly describe previous experience with rapid installation of avionics systems. 5. Briefly describe resources available such as corporate management, facilities and manning that will be assigned to successfully perform this requirement. 6. Any other specific and pertinent information as it pertains to integration and installation for the USCG HC-130H Avionics Upgrade. 7. Mark any data that is proprietary or has restricted data rights. Interested parties should submit one electronic copy, one original, and two hard copies of the capability statement package, no later than 4:00pm EST on 14 September 2007, to the following: US Coast Guard Systems Integrated Program Office 1530 Wilson Blvd, Suite 400 Arlington, VA 22209 ATTN: Malika Harris malika.harris@dwicgs.com All information submitted will become the property of the US Government. No feedback or evaluations will be provided to companies regarding their individual capabilities statement. Any questions regarding this notice shall be submitted via email to the email address provided above. Telephone inquiries will not be honored. THIS SOURCES SOUGHT NOTICE IS NOT A REQUEST FOR PROPOSAL. This Sources Sought Notice is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal, including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received in response to this notice. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract.
 
Record
SN01386032-W 20070829/070827220448 (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.