Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
SOURCES SOUGHT

16 -- Pressure Sensors - RFI

Notice Date
1/27/2012
 
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
HSCG38-12-Q-200035-SS
 
Point of Contact
Ryan M. Suchy, Phone: 2523345472
 
E-Mail Address
Ryan.M.Suchy@uscg.mil
(Ryan.M.Suchy@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI General Information Document Type: Sources Sought Notice Solicitation Number: H-65 Posted Date: Jan 27, 2012 Original Response Date: Feb 10, 2012 Current Response Date: Feb 10, 2012 Original Archive Date: March 15, 2012 Current Archive Date: March 15, 2012 Classification Code: 16 -- Aircraft components & accessories Naics Code: 336413 -- Other Aircraft Parts and Auxiliary Equipment Manufacturing Contracting Office Address Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, SRR, Elizabeth City, NC, 27909-5001, UNITED STATES Description H-65 Dynamic Component Improved Reliability pressure Sensors; Request for Information This is not a request for proposals. This is a Request for Information (RFI) released pursuant to FAR 15.201(e). This RFI 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 information provided in this RFI is subject to change and is not binding on the Government. All submissions become the property of the Federal Government and will not be returned. The Coast Guard is offering a proposed Sensor Acquisition package for industry comment. This is intended to be an opportunity for qualified vendors to provide suggestions to improve the specification and other documents that will be included in the acquisition of improved reliability pressure sensor s for the MH-65E. The H-65 avionics system modernization plan includes the incorporation of the US Army Common Avionics Architecture System (CAAS). The pressure sensors listed in the attached specification must be replaced in order to meet the performance requirements of the new system. Draft acquisition documents are attached for review. Potential suppliers are encouraged to review the attached document 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? Responses to this RFI are not an adequate response to any future solicitation announcement. Again, 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 06 February at 3 p.m. EST. This notice is intended to provide interested parties with an opportunity to improve the H-65 specification only. All firms responding to this request for information 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 RFI are NOT a request to be added to a prospective offerors 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 10 February 2012. Contracting Officer Attn: Ryan Suchy Short Range Recovery (SRR) Product Line Division USCG Aviation Logistics Center Elizabeth City, NC 27909-5001 Advance copies may be sent by e-mail to ryan.m.suchy@uscg.mil (the contract specialist) including the following in the subject line "H-65 Pressure Sensor Comments, Company Name". Correspondence must include a company point of contact with address, phone number and email address. At the discretion of the contracting officer, the Coast Guard may quote all or part of any suggestions or questions received in future correspondence regarding the pressure sensor acquisition. The original author will not be identified. The Coast Guard will consider the information provided by qualified suppliers in the development of the pressure sensor technical specification and acquisition planning for the H-65.   Additional Project Details 1.0 Scope The sensors may be installed in all H-65 aircraft. The requirement will include spares. The system and associated support plans will be designed to minimize Coast Guard inventory requirements. 2.0 Background The Coast Guard currently operates (102) H-65 aircraft. The aircraft is in the process of being upgraded by incorporation of the US Army Common Avionics Architecture System (CAAS). The H-65 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. 2.1 Technical Data The Coast Guard has limited data rights for the H-65 aircraft. Design data available for the sensor integration has been developed through measurement and test. Suggestions regarding the SOW data requirements (4.13.5) in the SOW are requested. 2.2 Schedule The current plan is to issue a request for proposals in February 2012 with first article delivery no later than May 2012. 3.0 Modernization Planning The H-65 avionics systems improvements will replace existing equipment with current available commercial and government-supplied components. The system will include dual Honeywell HG764/GU Embedded GPS Inertial Navigation systems (EGI) and a HG7210CA01 RADAR Altimeter system (RADALT). The flight management system will be incorporated in the Collins CDU-7000 and other processors. The sensors will be integrated with the Common Avionics Architecture System (CAAS) compatible Data Concentrator Units (DCUs), Sanmina-SCI P/N 544300-001. 3.1 Support It is assumed that the pressure sensors will be consumable components. Availability of replacement parts through 2027 shall be addressed. Available repair capability will be considered.   3.2 Open Architecture The MH-65E will 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. Data developed at government expense will be used by the government without restriction. 3.3 Integration The Coast Guard will integrate the sensors into the MH-65E airframe. The sensor supplier will be required to support the integration effort. Sample fittings will be provided to the selected supplier to support the verification of the mechanical interface. Suggestions regarding the adequacy of the interface data provided with this RFI are requested. 4. Vendor Qualification Listed in the statement of work. 5. Evaluation After evaluation of the information received, the Coast Guard may issue a separate request for proposals. 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, 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. Attachments 1) DRAFT Performance Specification for H-65 Helicopter Dynamic Component Improved Reliability Pressure Sensors dtd 19 January 2012, United States Coast Guard Aviation Logistics Center, Elizabeth City, NC 27909 2) DRAFT Statement of Work for the procurement of sensor systems dtd 16 January 2012
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-Q-200035-SS/listing.html)
 
Record
SN02662855-W 20120129/120127234617-985f19e4bd83fe4eb8a11a2a696fcac2 (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.