Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 09, 2008 FBO #2448
SOURCES SOUGHT

16 -- EMERGENCY LOCATOR TRANSMITTER, ELT COMPONENTS AND ELT REPAIR

Notice Date
8/7/2008
 
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 Aircraft Repair & Supply Center, HU25, HH65, H60J, C130, ESD, C130J, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
 
ZIP Code
27909-5001
 
Solicitation Number
HSCG38-08-Q-200124
 
Response Due
9/12/2008
 
Archive Date
9/27/2008
 
Point of Contact
Cynthia D Soules,, Phone: 252-335-6641
 
E-Mail Address
Cynthia.D.Soules@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 a replacement Emergency Locator Transmitter (ELT), ELT components and for ELT repair. This solicitation has been issued to survey the market to identify suitable candidate systems for consideration. The Coast Guard is seeking an ELT that operates on 406 MHZ and meets the additional requirements listed in this solicitation. Potential suppliers are encouraged to review the specifications 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. 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 12 sEPTMEBER 2008 at 3 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 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 12 SEPT 2008. Contracting Officer HH-65 Product Line Division USCG Aircraft Repair and Supply Center Elizabeth City, NC 27909-5001 Advance copies may be sent by e-mail to Cynthia.D.Soules@uscg.mil (the contracting officer) including the following in the subject line “H-65 ELT Comments, 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 H-65. Additional Project Details and Requirements 1.0Scope The ELT system may be installed in all Coast Guard aircraft. The requirement will include spares. The system and associated support plans will be designed to minimize Coast Guard inventory requirements. 2.0Background The Coast Guard currently operates (97) H-65 aircraft. The fleet is being expanded to 102 aircraft. The Coast Guard is seeking to simplify logistics and reduce engineering development costs by incorporating a common ELT in Coast Guard aircraft. 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. The international COSPAS-SARSAT Program will phase out 121.5 MHz satellite alerting on 1 February 2009. The new standard is an Emergency Locator Transmitter (ELT) that operates on 406 MHz. 3.0Modernization Planning Planned H-65 avionics systems improvements will replace existing equipment with current available commercial and government-supplied components. The new system will include dual Honeywell HG764/GU Embedded GPS Inertial Navigation systems (EGI). 4.Vendor Qualification The supplier must be an original equipment manufacturer for Emergency Locator Transmitter (ELT) systems. The supplier must have been approved by the US Department of Defense (DOD), GSA, or US Federal Aviation Administration (or equivalent as determined by the best value source selection team) as an aircraft ELT supplier. The supplier must have experience working with civil and military airworthiness authorities. The supplier must have or establish a permanent presence in the United States staffed with English speaking technical support personnel. All system documentation must be available in readily understandable English language format. 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. Technical Requirements Compliance with Federal Communications Commission (FCC) regulation 87.199 and Radio Technical Commission for Aeronautics (RTCA) document titled "Minimum Operational Performance Standards 406 MHz Emergency Locator Transmitter (ELT)" Document No. RTCA/DO-204. Meet or exceed the requirements of FAA Technical Standard Order (TSO-C126) and AC-91-44A in compliance with 14 CFR Section 91.207. Be capable of installation in accordance with the Airman's Information Manual (AIM Chapter 6-2-5). Capable of control over and receipt of aircraft position and identification data on an ARINC-429 interface. Capable of operating with the Global Maritime Distress Safety System (GMDSS), Automated Mutual-Assistance Vessel Rescue system (AMVER) and meets Safety of Life at Sea (SOLAS) requirements. Simultaneous 406 MHz and 121.5 MHz/243 MHz operation when activated. 406 MHz signal output power 5W +- 2 dB. Multi-axis "g" Switch and manual and AIRINC 429 activation. Activation alert signal Remote controller Capable of registry with NOAA National Environmental Satellite, Data and Information Service (NESDIS). Capable of transmit aircraft ID and Position. Continue operation after immersion in sea water. Portable (capable of remove and use by crew) Accept aircraft 28VDC power. Internal battery capable of 48 hrs continuous operation. ELT Battery: 5 year life, maintenance free, disposable and operator replaceable High visibility marking Test mode Low weight
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=26c647ddb0f39c50bc114b6ce499f4b7&tab=core&_cview=1)
 
Record
SN01634491-W 20080809/080807224450-26c647ddb0f39c50bc114b6ce499f4b7 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.