Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 26, 2009 FBO #2649
SOURCES SOUGHT

16 -- SRR ELECTRONIC SERVO

Notice Date
2/24/2009
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-09-Q-200064-SS
 
Archive Date
4/1/2009
 
Point of Contact
Claudette Y Surrento,, Phone: 252-335-6644, Tabitha L Bakely,, Phone: 252-335-6141
 
E-Mail Address
Claudette.Y.Surrento@uscg.mil, tabitha.l.bakely@uscg.mil
 
Small Business Set-Aside
N/A
 
Description
This is not a request for proposals. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. The Coast Guard is looking for sources/vendors capable of providing electronic servos for the sustainment of the current Short Range Recovery (SRR), (formerly H-65) aircraft avionics system. This solicitation has been issued to survey the market to identify qualified suppliers for consideration. The Coast Guard is seeking: Series Actuator P/N 270-0750-020 (quantity 0-40) Trim/Feel Unit P/N 270-0751-020 (quantity 0-20) The original equipment manufacturer (OEM) for both parts is Sagem. The SRR OEM is Eurocopter. New parts are preferred. Used parts may be accepted if accompanied with documentation verifying the original manufacturing source. A modification of an existing certified part that provides a form, fit and function replacement may be considered subject to the certification requirements listed in the Additional Details and Requirements section below. Potential suppliers are encouraged to review the requirements and provide written suggestions to the contracting officer. Please respond to the following questions: (1) Is your business a large or small business? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POC's and contract numbers? (9) If possible, any POC's for civilian users for general usage of product questions. (10) Explain how the system meets the requirements. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FEDBIZOPS. Responses to this sources sought synopsis are not an adequate response to any future solicitation announcement. This is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met. Telephone responses will NOT be accepted. Responses must be received no later than 17 March at 4 p.m. EST. This notice is to help the USCG in determining potential sources only. All firms responding to this sources sought notice are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offeror's list or to receive a copy of the solicitation. Reimbursement will NOT be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Point of Contact The Coast Guard is publishing this request for information and will consider suggestions from qualified suppliers. Suggestions must be received at the following address no later than 17 March 2009. Contracting Officer SRR Product Line Division USCG Aviation Logistics Center Elizabeth City, NC 27909-5001 Advance copies may be sent by e-mail to claudette.y.surrento@uscg.mil including the following in the subject line - “SRR Electronic Servo – HSCG38-09-Q-200064-SS, Company Name”. Correspondence must include a company point of contact with address, phone number and email address. The Coast Guard will consider the information provided by qualified suppliers in the development of the avionics modernization plan for the SRR. Additional Details and Requirements 1.Scope This solicitation is for the sustainment of the existing SRR avionics system only. The electronic servos are intended for installation in Coast Guard SRR aircraft. The electronic servos or equivalent substitute electronic servos shall be form-fit and function replacements. All electronic servos must be certified as airworthy and suitable for installation in Coast Guard SRR aircraft. 2.Background The Coast Guard currently operates (97) SRR aircraft. The fleet is being expanded to 102 aircraft. The Short Range Recovery aircraft is a derivative of the Eurocopter Dauphin aircraft. The current configuration is similar to the AS 365N3. The aircraft was originally built to FAR part 29 standards. Modifications to the aircraft are designed to current FAR 29 standards with exceptions approved for Coast Guard specific requirements. The Coast Guard is planning to modernize the SRR avionics system to include the acquisition of a modern Automatic Flight Control System (AFCS). This sources sought is not part of the SRR avionics modernization and it is not related to the planned acquisition of a replacement AFCS for the SRR. This sources sought is for electronic servos to sustain the system currently in service for approximately four years until the AFCS is replaced. 3.Certification and Documentation The Supplier shall furnish a Certificate of Airworthiness Approval (FAA 8130-3 or JAA Form One) in accordance with U.S. Federal Aviation Administration (FAA) procedures for each part. The Supplier shall furnish documentation verifying the original manufacturing source for used parts. The Supplier shall furnish a Certificate of Conformance in accordance with FAR Clause 52.246-15 for all parts. 4.Airworthiness The parts must meet U.S. Federal Aviation Administration (FAA) airworthiness requirements. Parts must be produced in accordance with the means outlined in part 14 USC Federal Aviation Regulations Part 21, certification procedures for products and parts. Parts must be maintained in accordance with parts 43 and 91, and meet applicable original equipment manufacturer (OEM) design standards. 5.Schedule The Coast Guard has an immediate need for replacement servos. Delivery of electronic servos is required no later than June 2009. 6.Evaluation After evaluation of the information received, the Coast Guard may issue a separate request for proposals. Selection and contract award will be based on offers that provide solutions considered as the best value to the government. Evaluation criteria will typically include: Technical Capability, Past Performance, Risk, Experience, Delivery and Price. The evaluation and source selection process will consider each offeror's capability to provide a technical solution that best aligns with the requirements, 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. Technical Requirements New original equipment manufacturer (OEM) parts designated with the following part numbers are desired: Series Actuator P/N 270-0750-020 (quantity 0-40) Trim/Feel Unit P/N 270-0751-020 (quantity 0-20) Modified parts that comply with FAA part 21 may be considered.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1d80bec765f9b7607bd564a40bf2c76c&tab=core&_cview=1)
 
Place of Performance
Address: N/A, United States
 
Record
SN01756287-W 20090226/090224221757-1d80bec765f9b7607bd564a40bf2c76c (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.