SOURCES SOUGHT
15 -- Foreign Military Sales Acquisition of Troop Transport Aircraft for Country of Yemen
- Notice Date
- 6/29/2010
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft 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
- HSCG23-10-R-FMSCASE1
- Archive Date
- 7/3/2010
- Point of Contact
- Eric C. McDoniel, Phone: 2024753427
- E-Mail Address
-
Eric.C.McDoniel@uscg.mil
(Eric.C.McDoniel@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION (RFI) BEING RELEASED PURSUANT TO FEDERAL ACQUISITION REGULATION (FAR) PART 10 MARKET RESEARCH. This RFI is issued by the United States Coast Guard (USCG) Office of International Acquisition Programs as a means to conduct market research for the acquisition of one 51-seat troop transport aircraft with a logistics package for the Country of Yemen, 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 acquisition planning decisions. 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 The RFI will assist in acquisition related decisions regarding the procurement of one 51-seat troop transport aircraft with a logistics package for the Country of Yemen. The logistics package includes ground support equipment, 2-year spare parts, conversion training for pilots and maintenance personnel, a Field Service Representative and contractor ferry to Yemen. The Yemen Air Force will take delivery of the aircraft, spare parts and ground support equipment in Yemen. 2.0 Background The USCG Office of International Acquisition Programs currently has a Foreign Military Sales (FMS) case for the acquisition of one 51-seat troop transport aircraft with a logistics package for the Country of Yemen. The USCG Office of International Acquisition Programs requires a new aircraft with the following technical requirements: (a) multi-engine, turbo-prop; (b) transport aircraft; (c) capable of carrying at least 50 people; (d) foldable seats to accommodate combinations of personnel and cargo transport; (e) facilities to accommodate medical evacuation stretchers; (f) stern ramp; (g) range greater than 200 Nautical Miles; (h) maximum payload greater than 5,500 kg; and (i) ability to land and takeoff on short, unpaved runways. The logistics package includes ground support equipment, 2-year spare parts, conversion training for pilots and maintenance personnel, a Field Service Representative and contractor ferry to Yemen. As it relates to this acquisition, the USCG Office of International Acquisition Programs is constrained by both a limited budget and delivery schedule. The new aircraft shall be delivered within 15 months or less after contract award to the Country of Yemen. The spare parts and ground support equipment shall be delivered within 18 months or less. 3.0 Requested Information The primary focus in this submittal should be on areas related to the one troop transport aircraft and logistics package described above in this RFI. Respondents interested in providing a response to this RFI should submit information which clearly addressed and describes the following: 3.1 Does your company have the in-house capability to manufacture a new aircraft with the following technical requirements: (a) multi-engine, turbo-prop; (b) transport aircraft; (c) capable of carrying at least 50 people; (d) foldable seats to accommodate combinations of personnel and cargo transport; (e) facilities to accommodate medical evacuation stretchers; (f) stern ramp; (g) range greater than 200 Nautical Miles; (h) maximum payload greater than 5,500 kg; and (i) ability to land and takeoff on short, unpaved runways? If your company believes that an aircraft in your standard product line that is of a type customarily available in the commercial marketplace or modified to meet the USCG needs for Yemen would meet the need described in this RFI, relevant product literature may be included in this submittal. In addition, please provide a brief history of the aircraft to include customer base/major customers and years in service. 3.2 Can your company deliver a new aircraft in 15 months or less after contract award to the Country of Yemen? What is your company's delivery lead time for a new aircraft after contract award? What are your company's assumptions and drivers for the delivery of one new troop transport aircraft to the Country of Yemen? 3.3 Can your company deliver the logistics package (training, spare parts, and ground support equipment) in 18 months or less after contract award to the Country of Yemen? What is your company's delivery lead time for the logistics package after contract award? What are your company's assumptions and drivers for the delivery of the logistics package to the Country of Yemen? 3.4 Can your company provide a Field Service Representative in Sanaa, Yemen for one year after aircraft Delivery? 3.5 Can your company deliver this new aircraft to the USCG for the Country of Yemen for $30M or less? Please provide an estimated rough order magnitude for the delivery of this new aircraft described within this RFI. 3.6 Business size in accordance with NAICS Code 336411, Dun and Bradstreet number, and any other US Government contracts held for the delivery of the new aircraft described within this RFI. If your firm has recently submitted a proposal with any Department of Defense, Department of Homeland Security, and other U.S. Federal Government activities, please indicate this your submission to include agency's name, solicitation number, and Contracting Officer's name and point of contact information. 3.7 Any other information that your company feels is pertinent to this acquisition. 4.0 Responses Interested aircraft manufacturers are requested to provide responses to the above requested information to the Contracting Officer, Mr. Eric C. McDoniel, at Eric.C.McDoniel@uscg.mil, prior to 1:00 PM, Eastern, on 2 July 2010. 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/HSCG23-10-R-FMSCASE1/listing.html)
- Record
- SN02190914-W 20100701/100629234530-72103c906d6eb1af78a8dce3c2df8b85 (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 |