Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 22, 2014 FBO #4715
SOURCES SOUGHT

15 -- Sources sought to notify industry of technical services required to support the CH-47 Block II Engineering and Manufacturing Development (EMD)contract.

Notice Date
10/20/2014
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-15-R-0036
 
Response Due
11/20/2014
 
Archive Date
12/20/2014
 
Point of Contact
Robin Hadlock, 256 876-9130
 
E-Mail Address
ACC-RSA - (Aviation)
(robin.hadlock@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A SOURCES SOUGHT ANNOUNCEMENT FOR MARKET SURVEY PURPOSES ONLY. THIS IS NOT A SOLICITATION FOR PROPOSALS AND NO CONTRACT SHALL BE AWARDED FROM THIS ANNOUNCEMENT; THEREFORE REQUEST FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This Sources Sought announcement serves to notify industry of technical services required to support the CH-47 Block II EMD contract. The US Army Cargo Helicopters Project Management Office (PMO) is conducting market research IAW FAR 10.001 to determine feasibility of a competitive acquisition and to identify potential sources that can provide specialized engineering, analysis, test and technical services requiring modification to an existing system, the CH-47F, in order to maintain the ability of the Chinook to continue to meet mission requirements (bridges the Gap between MY II and fielding of a New Army Heavy Lift Capability in the 2040 timeframe, retains required capabilities with continued growth in mission equipment and potentially regains additional lift capability through 2050). The Cargo PMO is seeking potential solutions for block improvements to support the complete lifecycle of the CH-47 Chinook heavy lift helicopters. Cargo Helicopters PMO has expressed interest in upgrading the Improved Cargo Helicopter (ICH) that will increase payload and range capabilities while decreasing overall cost. The effort is expected to include, but not limited to: a.Increased high altitude performance. b.Increase payload capability. c.Improved operation in more austere environments. d.Decreased maintenance burden. e.New /additional crew protection. f.Integrate an independent H-47 Aircraft Component Improvement Program (ACIP) efforts into a single weapon system: I.CH-47F Product Improvement Plan (PIP) II.Advanced Chinook Rotor Blade (ACRB) III.Rerate and upgrade transmissions IV.Modify airframe structure for higher aircraft gross weights and higher power in the drive train V.Provide improved power quality. Provide 30 min of emergency electrical power. VI.Upgraded fuel system for weight reduction, extended range and ease of maintenance VII.Improve actuator reliability and reduce corrosion susceptibility VIII.Flight control improvements including Digital Advanced Flight Control System IX.Common Avionics Architecture System (CAAS) updates X.Modify the rotor system for the increased torque, improve reliability, and increase component life g.Leverage engineering and manufacturing improvements and lessons learned from the MH-47G New Build and CH-147 programs as a means to control initial development cost. h.Develop affordable and executable manufacturing processes for the H-47 Block II Chinook. i.Design, develop, integrate, test, deliver, and support three (3) H-47 Block II Chinook EMD articles with a maximum gross weight (MGW) of 54,000 pounds capable of transporting a payload of 18,000 pounds for 50 nautical miles (NM) at sea level standard conditions with full Mission Equipment Package (MEP) or 13,000 pounds for 50 NM at 4K/95 while complying with all H-47 Block II System Specification requirements. j.Develop and document procedures for managing system engineering and software and hardware development and manage the H-47 Block II Chinook program in accordance with these procedures. k.Develop an Integrated Logistics Support (ILS) program to include technical maintenance and Commercial and Non Developmental Items (CaNDI) documentation, prime contractor spares, provisioning technical documentation, inventory documentation, configuration documentation, training documentation, and other support elements needed to maintain and operate the H-47 Block II Chinook when fielded. The documentation shall be used during life cycle support for the device. l.The Contractor shall provide a dedicated production facility, engineering services, production labor, equipment, materials, tools, fixtures, test equipment, and data required to accomplish the work efforts and perform as set forth in this Sources Sought announcement. m.Create a program management system that will provide programmatic schedule and performance information to the USG throughout the H-47 Block II EMD program and which can be leveraged upon in subsequent lifecycle phases. n.Establish an executable H-47 Block II Chinook EMD integrated master schedule (IMS) which covers all aspects of the program. o.Establish a sound risk management system. Mitigate risk to the maximum extent possible, especially on integration efforts through the use of metrics to monitor program status. p.Establish and apply comprehensive configuration management system. Apply configuration management to all hardware and software configuration items (CIs), and CI documentation. q.Develop a rigorous safety program which influences all aspects of the H-47 Block II EMD program. r.Address Range/Payload Capability (Address Weight Reduction and raise Aircraft MDGW to at least 55K lbs and 2g's). s.The Contractor shall control, account for, and report mass properties for the EMD aircraft. Mass properties attributes include, weight, inertias, and center of gravity of aircraft parts, from the component to the air vehicle level. t.Maintain a Weight and Balance Control Program to ensure weight and center of gravity remains within the flight envelope for all mission profiles identified throughout the life of the contract. u.Improve System Reliability. v.Costs (maintain recurring cost of CH-47F O&S costs: restore all part lives to greater than 2400FH). Interested parties who have the capability to provide the requested services should respond to this announcement in writing and shall be limited to 20 pages which shall include the following information: -Offerors name, address, point of contact, phone number, and e-mail address -Offerors interest in bidding on the solicitation when it is issued -Description of existing production facilities. -Offerors CAGE Code, business size, (if a small business, please indicate whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc...) -Offerors Joint Venture information, if applicable (existing and potential) -If the requested services have been provided or offered to the Government within the past three years, a description of the services and applicable Government contact info shall be provided. -Provide any other pertinent information that will assist the Government in this assessment. All responses shall be submitted to the Cargo Helicopter Project Management Office, ATTN: SFAE-AV-CH-ICH/Ingrid Walden (Lead Acquisition Analyst), 5678 Hicks Road, Redstone Arsenal, AL 35898 or e-mail to Ingrid.e.walden.civ@mail.mil. Your response is required no later than 1500 CDT 31 October 2014. All questions and comments must be in writing (electronic e-mail responses are acceptable), and no telephone calls will be accepted. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any services, nor does the US Army intend to award on the basis of this request for Sources Sought or otherwise pay for the information solicited.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/3bc70739bd1a9f262c3cb2b4f0fbc611)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03553893-W 20141022/141020234118-3bc70739bd1a9f262c3cb2b4f0fbc611 (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.