Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2009 FBO #2833
MODIFICATION

16 -- Rotary Wing Radar System Sensor for MH-60T - RFI Questionnaire & TRL Description

Notice Date
8/25/2009
 
Notice Type
Modification/Amendment
 
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 (CG-912), U.S. Coast Guard Headquarters, U.S. Coast Guard Headquarters (CG-912), 1900 Half Street, SW, Washington, District of Columbia, 20593-0001
 
ZIP Code
20593-0001
 
Solicitation Number
HSCG23-09-R-RWRSS1
 
Point of Contact
Eric C. McDoniel, Phone: 2024753427, Moxi Mi, Phone: (202) 475-3430
 
E-Mail Address
Eric.C.McDoniel@uscg.mil, moxi.mi@uscg.mil
(Eric.C.McDoniel@uscg.mil, moxi.mi@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI Questionnaire & TRL Description THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATIONS (FAR) PART 10 MARKET RESEARCH. This RFI is issued by the United States Coast Guard (USCG) Radar System Sensor (RSS) Acquisition Team as a means to continue to conduct market research regarding the state of the market for RSS and related technologies for the MH-60T helicopter, and solely for informational, market research, and planning purposes. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This RFI does not commit the Government to contract for any supply or service whatsoever. Further, USCG is not at this time seeking proposals, and will not accept unsolicited proposals. Submission of a response to this RFI is entirely voluntary. Respondents are advised that the U.S. Government will not pay for any information or administrative cost incurred in response to this RFI. The USCG understands that any pricing information submitted under this RFI is an estimate only and is not binding nor constitutes a proposal. The USCG will generally treat all information received on a need-to-know basis. At this time, proprietary information is not being requested. Responders wishing to submit proprietary information should specifically mark or identify any information they perceive is proprietary/confidential for which they seek added protection. All proprietary information submitted with this RFI will be treated as business sensitive or to the extent specified by the provider. Submitters are advised that Government support contractors may be involved with the review of submitted information in addition to the USCG. Each submitter that responds to this RFI will be notified of the identity of the support contractor before their information is provided to the support contractor for review. All Government support contractors required to review the information will be required to submit non-disclosure or confidentiality statements. Responses to the RFI will not be returned and become Government property. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. This RFI will assist in programmatic decisions regarding options to address the need for RSS capability, and the replacement of the MH-60T helicopter weather radar with the RSS. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. 1.0 Description This RFI will assist in programmatic decisions regarding options to address the need for RSS capability to replace the current weather radar system. The RSS is envisioned to be controlled and displayed through the existing Common Avionics Architecture System (CAAS) within the existing airframe. The procurement will encompass the radar acquisition, Non-Recurring Engineering (NRE), integration support, initial logistics support, and technical and support services for the MH-60T RSS. 2.0 Background The current USCG MH-60T helicopter fleet operates a Primus 700A Weather Radar for the purpose of maritime surface search – target of interest detection, situational awareness for obstacle navigation and weather avoidance. The Primus system will be replaced by the RSS and is required to upgrade capability. The USCG requires more capable assets with new technology for better surveillance, secure communications, and more efficient command and control. The H-60 RSS will enhance Marine Domain Awareness (MDA) by providing a sophisticated sensor suite that will support the Surveillance-Detect-Classify-Identify-Prosecute (SDCIP) continuum for USCG missions. The upgrade from weather avoidance radars to maritime surveillance radars represents a significant capability upgrade for the largest fleet of DHS aircraft. Maritime surveillance radar with Track-While-Scan (TWS) features will provide the USCG H-60 fleet with a Local Tactical Picture thus providing architectural foundation supporting eventual upgrade to Common Operating Picture (COP) capability To address these and other emerging capability and sustainment needs, an RSS is required. The USCGs primary goal for the RSS is maritime traffic surveillance to enhance Maritime Domain Awareness (MDA), and weather navigation required for safe flight. The USCG will also seek to acquire and integrate the RSS into the Rockwell Collins Common Avionics Architecture System (CAAS) cockpit. 3.0 Requested Information The primary focus in this submittal should be on areas related to the RSS described above in this RFI. Respondents interested in providing a response to this RFI should submit information which clearly describes the following: 3.1 Please complete the attached RSS RFI questionnaire. 3.2 Please provide a Rough Order of Magnitude cost for one production system and proposed quantity discount rates for yearly order quantities of 4, 8 and 12 RSSs. 3.3 Does your company have the in-house capability to manufacture production units? If so, what is the delivery lead time for two prototype models? What is your production lead time after receipt of order for up to eight production models? What are your company’s assumptions and drivers for the delivery lead time for two prototype models and up to eight production models? 3.4 Standard product lines including Surface Search Radars of a type customarily available in the commercial marketplace or modified to meet the USCG needs. If your company believes that items in your standard product line would meet the need described in this RFI, relevant product literature may be included in the submittal. 3.5 RSS features and specifications including but not limited to: size, weight, stabilization, power requirements, and required navigation inputs. 3.6 The USCG is looking for a RSS with Current Technology Readiness Level (TRL) 7 or better (TRL Level descriptions provided in the TRL Description attachment). What TRL is your proposed RSS? Please provide brief history including customer base/major customers, years in service, and related reliability data. 3.7 Business size in accordance with NAICS Code (Official NAICS Code will be selected upon a solicitation being released), Dun and Bradstreet number, and any other Government contracts held for this RSS solution including GSA Schedule should your firm hold one. If your firm has recently submitted a proposal with any Department of Defense, Department of Homeland Security, or other U.S. Federal Government activities, please indicate this with your submission to include agency’s name, solicitation number, and Contracting Officer’s name and point of contact information. 3.8 Any other information that your company feels is pertinent to this acquisition. 3.9 Is the proposed RSS Buy America Act or US Trade Agreement Act compliant, and if so please explain how the proposed RSS Buy America Act or US Trade Agreement Act compliant? 4.0 Responses Interested RSS Vendors and Manufacturers are requested to provide responses to the above and attached questions to the Contracting Officer, Mr. Eric McDoniel, at Eric.C.McDoniel@uscg.mil, prior to 11 September 2009. It is the responsibility of the interested parties to monitor the Federal Business Opportunities website for additional information pertaining to this RFI, or any future RFP, if any is issued.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-09-R-RWRSS1/listing.html)
 
Record
SN01924816-W 20090827/090825235604-6c750a58ce38e0862a56912b7cea2960 (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.