Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2010 FBO #3213
SOLICITATION NOTICE

J -- Search, Detection, and Navigation Guidance for Aeronautics - J&A

Notice Date
9/9/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
HSCG38-10-Q-011075
 
Archive Date
10/2/2010
 
Point of Contact
Linda D Clark, Phone: 252-334-5212
 
E-Mail Address
linda.d.clark@uscg.mil
(linda.d.clark@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Addenda comprised of packaging, certifications, inspection, clauses, and any anticipated but not necessarily applicable information pertaining to this solicitation. J&A with redaction information blacked out. This is a combined synopsis/solicitation seeking Firm Fixed Price quotes for commercial aircraft component repair services prepared in accordance with the Federal Acquisition Regulations as supplemented with additional information included in this notice. In the alternative, Test, Teardown, and Evaluation plus estimated repair cost Not-to-Exceed quotes may be submitted for consideration. The purpose of this solicitation is to determine the best value to the government with regard to repair of an aircraft component(s). This announcement constitutes the only solicitation and no other solicitation document will be issued. Request for Quotation (RFQ) number HSCG38-10-Q-011075 is assigned for tracking purposes only. The incorporated provisions and clauses are those in effect through the current Federal Acquisition Regulations. Using Simplified Acquisition Procedures, the USCG Aviation Logistics Center (ALC) intends to award a repair purchase order to an OEM approved repair vendor. Responsible Vendors may offer a quote for consideration. Firm-Fixed-Price quotes will be evaluated based on a low cost technically acceptable basis. Any Not-To-Exceed quotes received will be weighed against Firm-Fixed-Price Quotes by being evaluated based on best value to the government and the quoter's Not-To-Exceed proposed average estimated repair cost plus a maximum economical repair cost. Quantities provided are estimated quantities. Failure of the government to purchase services for any of the line items in the amounts or quantities described in the schedule of supplies/services will not entitle the contractor to any equitable adjustment in price. FAR Parts 52.216-19 (Order Limitations) and 52.216-21 (Requirements) are applicable when and as determined necessary by the government. This is unrestricted solicitation. This solicitation is for the repair of Mini Flight Data Acquisition Unit. 1. BACKGROUND a. The USCG Aviation Logistics Center (ALC) Flight Safety Office has been outfitting all USCG aircraft with the ability to easily download the flight data in order to support the evolving Flight Data Management (FDM) Program. The FDM Program analyzes aircraft Flight Data on a scheduled basis for adverse trends to proactively mitigate mishaps. By accessing and analyzing aircraft data on a scheduled basis, negative trends can be identified before they turn into a "downing" discrepancy or mishap. Flight Data is also used to aid Maintenance in troubleshooting aircraft discrepancies. b. The majority of USCG aircraft are outfitted with a Data Storage Unit (DSU) that houses a Personal Computer Memory Card International Association (PCMCIA) card. A mirror image of the data that is transmitted to the Flight Data Recorder (FDR) is captured onto these PCMCIA cards for easy extraction and download. The data is copied off of the cards and sent to ALC for analysis. This process is a minimal impact to the Air Station Unit personnel and keeps the aircraft from a down condition for the FDR replacement during data download and analysis. c. The USCG HC-144 (CASA CN-235) has been delivered from the manufacturer with a Teledyne Mini Flight Data Acquisition Unit (MFDAU) P/N 2243500-211. This MFDAU is basically an analog to digital converter. This unit gathers various aircraft analog and digital data, converts that information into a single data stream and transmits it to the FDR. The FDR is a crash survivable device that records and stores the most recent 25 hours of flight data. The data stored within the FDR provides investigators with information as to what happened during an incident. d. It is the intent of the USCG Aviation Logistics Center (ALC) Flight Safety Office within this requirements document to contract Teledyne Controls and have them modify the MFDAU installed on the CASA with a PCMCIA card adaptor. This PCMCIA card adaptor will enable Flight Data to be extracted from the aircraft in ¼ of the time it currently takes. Teledyne already has this capability in the FDAU units the USCG utilizes on the HC-130H and HU-25 aircraft. Since Teledyne manufactured the MFDAU, they are the only company that can transfer the capability of the PCMCIA card adaptor from the existing C-130H FDAU to the CASA MFDAU. There are no other known sources that can accomplish the installation of PCMCIA card adaptor into the MFDAU. e. The PCMCIA card adaptor will enable quick downloads of flight data to be used for aiding the maintainers with troubleshooting aircraft flight discrepancies, as well as tracking trouble parts. Providing the HC-144 with a PCMCIA Card Adaptor will eliminate unnecessary aircraft downtime. The current procedure for downloading the FDR is to open the aft overhead gill liner forward of the FDR. The HHDLU is then connected to the FDR. Aircraft power is applied and the download transfer is begun. This transfer usually takes about 12-15 minutes. Once the transfer is complete, the HHDLU is disconnected and the aft cargo overhead is checked by Quality Assurance and then closed. The Flight Data must then be copied to a SWIII or Non-Standard computer to be uploaded to the ALC FDM server. This whole evolution could take 30-60 minutes to complete. With the modification of the MFDAU, the PCMCIA card will be removed from the unit and uploaded to the FDM server via a PCMCIA card reader attached to a Non-standard workstation or a SWIII. This evolution will take approximately 5 minutes. This capability will lessen the impact on the unit by isolating data removal to one component without the need to apply power to the aircraft or open any access panels. 2. DOCUMENTATION a. Data i. The Contractor shall provide the following information to the ALC Flight Safety Office, c/o CDR Chris Chase and Tony Simpson. 1. An initial project timeline which will be followed to ensure project progress. 2. The Contractor shall provide weekly status updates providing project progress. 3. The contractor shall provide an Acceptance Test Procedure for the newly modified unit. 4. The Contractor shall provide an Engineering Test Procedure for the newly modified unit. 5. The Contactor shall provide a Qualification Test Procedure for the newly modified unit. 6. The Contractor shall provide a Software Requirements Specification for the newly modified unit. 3. REQUIREMENTS a. UPGRADE THE HC-144 MFDAU i. The Contractor shall upgrade the existing HC-144 (CASA CN-235) MFDAU part number 2243500-211 with a PCMCIA card adaptor as similarly equipped in the FDAU P/N 2233000-936. 1. The Contractor shall develop the design configuration for the prototype MFDAU with a Type II PCMCIA adaptor. 2. The Contractor shall provide all Engineering Unit calculations for decompression of PCMCIA card data. 3. The Contractor shall provide logic for start/stop criteria. The start/stop criteria parameter shall be determined by Teledyne and approved by the USCG Flight Safety Office and the MRS PLD in the response of this Statement of Work. 4. Once the Contractor establishes the configuration for the MFDAU with the PCMCIA card adaptor, the configuration and design shall be subjected to Qualification Testing developed by Teledyne and approved by the USCG Flight Safety Office. This Qualification testing will include operational testing to ensure the PCMCIA card operates as it does on the FDAU P/N 2233000-936. It shall also ensure the unit meets all Environmental and Performance requirements as established for the original MFDAU P/N 2243500-211 with no adverse reactions to the EMC of the aircraft. 5. The new configuration MFDAU shall have a new part number indicating the addition of the PCMCIA card adaptor. This part number change will affect only the dash number of the original part number (2243500-xxx). 6. The Contractor shall reconfigure a minimum of 19 MFDAU units (P/N 2243500-211). In increments as to not impact aircraft flight status. One unit shall be supplied to the Contractor for initial testing and verification. Once that unit is modified and bench tested, it shall be returned to the USCG for on aircraft validation testing. Once the unit has passed validation testing and has been approved, it shall remain installed on that aircraft and the remainder of the MFDAUs shall be modified. The USCG and Contractor shall finalize delivery and schedule for modifying remaining MFDAUs. 7. The Contractor shall supply two 1 GB PCMCIA cards per modified FDAU unit as similar to those provided for HC-130H and HU-25 FDAU (2243477-1024). 4. PLACE OF PERFORMANCE a. MFDAU Upgrade i. The modified MFDAU shall be developed at the contractor's facility. The contractor shall develop the proposed upgrade using their laboratory units. Once the design is established and tested, the USCG will provide a unit for prototyping. The prototype MFDAU containing the PCMCIA card, upon completion, shall be delivered to USCG Aviation Logistics Center, Attn: CDR Chris Chase/Tony Simpson, ALC Flight Safety Office, Elizabeth City, NC 27909 for prototype testing. ii. Upon test completion and acceptance of the prototype MFDAU with the PCMCIA Card upgrade, the remaining spares MFDAU will be shipped to Teledyne for modification. The MFDAU shall be modified and delivered back to the USCG ALC as directed by USCG Inventory Manager of the MFDAU. 5. PERIOD OF PERFORMANCE a. MFDAU Upgrade i. The Contractor shall establish the design and modification of the prototype within 3 months of Contract award. All supporting preliminary documentation shall be developed and approved within that same time frame. ii. Subsequent units shall be shipped to Teledyne for modifications. Once they are installed, the removed units will be shipped to Teledyne for modification. The modification of these returned units shall take no more than 30 business days for modification. Early delivery is acceptable. iii. Delivered aircraft from CASA shall have their MFDAU removed and sent to Teledyne for modification. The delivery dates of the aircraft are not yet established. 6. INSPECTION AND ACCEPTANCE a. Inspection i. The USCG ALC Flight Safety Office will provide preliminary acceptance of the MFDAU with the PCMCIA card installed once it has been inspected/tested on the HC-144 (CASA CN-235) for proper operation and function. Due to aircraft scheduling, actual evaluation period of acceptance is estimated at less than two months. ii. The Government retains the right to have the Contractor provide support for any issues that may arise with the MFDAU hardware or its software stemming from the PCMCIA card modification at no additional cost. 7. PACKAGING N/A 8. TRAVEL a. Travel to Elizabeth City i. Travel is not anticipated. The USCG reserves the right to request the Contractor to be readily available for "on-aircraft" troubleshooting and be able to travel to NC within a reasonable amount of time. The applicable intended COMMERCIAL ADDENDA, applicable alternative NOT-TO-EXCEED ADDENDA, the FFP-NTE COMB SYNP-SOL Quote Evaluation Process Statement, and a helpful Q&A document are provided as separate attachments to this combined synopsis/solicitation as posted at www.fbo.gov. Closing date and time for receipt of offers is September 17, 2010 4:00 PM, EST. All responsible sources may submit an offer, which shall be considered by the Agency. Award will be based on overall best value to the government. Anticipated award date is on or about September 23, 2010. Contact Mrs. Linda Clark, Contracting Officer via email at Linda.D.Clark@uscg.mil with any questions regarding this solicitation. Quotes will be accepted via e-mail at the above address, or attention to Mrs. Clark at the following address: USCG AVIATION LOGISTICS CENTER (ALC) MEDIUM RANGE SURVEILLANCE (MRS) ELIZABETH CITY, NC 27909
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-011075/listing.html)
 
Record
SN02274696-W 20100911/100909235728-5c54f25fe60da3aabed01de254540cc7 (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.