Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 07, 2010 FBO #3239
SOURCES SOUGHT

16 -- HC-130J Observer Seats (OS) - Attachment #1

Notice Date
10/5/2010
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment 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
HSCG23-11-000OS
 
Archive Date
10/28/2010
 
Point of Contact
Michelle Taninecz, Phone: 2024753428, Dorothye Turner, Phone: 2024753412
 
E-Mail Address
michelle.taninecz@uscg.mil, dorothye.h.turner@uscg.mil
(michelle.taninecz@uscg.mil, dorothye.h.turner@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Attachment #1 - HC-130J Observer Seat Questionnaire This Request for Information (RFI)) is issued pursuant to Federal Acquisition Regulation (FAR) Part 10 - Market Research. This RFI is issued by the United States Coast Guard to conduct market research to identify potential sources for the HC-130J Observer Seats (OS) and determine their capabilities to fulfill the USCG requirements. This RFI is 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 seeks to identify potential sources that may possess the expertise, capabilities and experience to meet the requirement for the qualification process and production of the HC-130J OS. This program will include the design, development, manufacture, installation, and test of two (2) prototype OS kits, and includes the requirement for up to fourteen (14) HC 130J OS production kits. The HC 130J OS kit shall include two (2) interchangeable seats, cushions, armor, as well as all aircraft mounting/attaching hardware and crewmember restraints for a HC 130J aircraft. This RFI does not commit the USCG to contract for any supply or service. The USCG is not seeking proposals, will not accept unsolicited proposals, and will not pay for any information or administrative costs incurred in response to this RFI. All costs associated in responses to this RFI shall be solely at the respondents' expense. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFPs, if any are issued. 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. All interested parties should monitor this site for additional information pertaining to this Sources Sought. This Request for Information (RFI)) is issued pursuant to Federal Acquisition Regulation (FAR) Part 10 - Market Research. This RFI is issued by the United States Coast Guard to conduct market research to identify potential sources for the HC-130J Observer Seats (OS) and determine their capabilities to fulfill the USCG requirements. This RFI is 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 seeks to identify potential sources that may possess the expertise, capabilities and experience to meet the requirement for the qualification process and production of the HC-130J OS. This program will include the design, development, manufacture, installation, and test of two (2) prototype OS kits, and includes the requirement for up to fourteen (14) HC 130J OS production kits. The HC 130J OS kit shall include two (2) interchangeable seats, cushions, armor, as well as all aircraft mounting/attaching hardware and crewmember restraints for a HC 130J aircraft. This RFI does not commit the USCG to contract for any supply or service. The USCG is not seeking proposals, will not accept unsolicited proposals, and will not pay for any information or administrative costs incurred in response to this RFI. All costs associated in responses to this RFI shall be solely at the respondents' expense. All submissions become Government property and will not be returned. Not responding to this RFI does not preclude participation in any future RFPs, if any are issued. 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. All interested parties should monitor this site for additional information pertaining to this Sources Sought. The USCG understands that any pricing information submitted under this RFI is an estimate only and is not binding and does not constitute a proposal. At this time, proprietary information is not requested. Responders wishing to submit proprietary information should specifically mark or identify that information and request added protection. All proprietary information submitted with this RFI will be treated as business sensitive or to the extent specified by the provider. Submitters should be aware that USCG support contractors might be involved with the review of submitted information. 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 that are required to review the information will be required to submit non-disclosure or confidentiality statements. Responding to this RFI does not ensure participation in future solicitations or contract awards. The numbering of this RFI notice will have no correlation to any future solicitations. 1.0 Requested Information 1.1 Respondents should submit information which clearly describes the company's (a) demonstrated experience in the design, development, integration, and test of airworthiness certified aircraft modifications, (b) major customers and experience providing these types of articles and services, (c) responses to specific questions provided in Attachment #1, and (d) any other information that your company feels is pertinent to this acquisition. Responses may be used in developing budget requests and contract specifications. Additionally, the information gathered may be used to refine the strategy for the development of the HC 130J OS capability. 1.2 Firms who wish to respond to this RFI shall include (1) their business size in accordance with NAICS Code 336413, (2) Dun and Bradstreet number, (3) any other US Government contracts held. 2.0 Objectives 1. Obtain information to meet the USCG requirement. 2. Produce two (2) prototype HC 130J OS kits for airworthiness, operational and flight testing prior to beginning production of the remainder of the requirement. 3. Design and build fourteen (14) airworthiness certified HC 130J OS kits. 4. Design the production kits as Alternate Mission Equipment, and be able to install and remove equipment depending on the mission of the aircraft. 5. Design/develop HC 130J technical manuals and engineering data to support the OS. 3.0 Cost a)Identify your approach, what capabilities and/or components are expected to be the major contributors to the cost? b)Identify the proposed techniques/methods for controlling production costs? c)Cost case study. oProvide a cost estimate for Non-Recurring Engineering (NRE) oProvide a cost estimate for Data (to include engineering drawings and technical data) oProvide a cost estimate for a Trial Install (to include testing and two kits) oProvide a cost estimate for Kit Proof oProvide a cost estimate for Airworthiness certification oProvide a cost estimate for 14 Production Kits (kits for 7 aircraft) Potential bidders should provide a Rough Order of Magnitude cost for one production system and proposed quantity discount rates for additional quantities up to fourteen (14) OS. 4.0 Responses Please submit information via email to the Point of Contact Listed below no later than 4:00 p.m. EST, October 27, 2010. Contracting Office Address: Department of Homeland Security United States Coast Guard (USCG) Commandant (CG-9126) U.S. Coast Guard Headquarters 2100 Second St., S.W. Stop 7112 Washington, DC 20593-0001 Point of Contact(s): Michelle Taninecz Contracting Officer Phone 202-475-3428 Fax: 202-475-3906 Email: michelle.taninecz@uscg.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/GACS/HSCG23-11-000OS/listing.html)
 
Record
SN02305800-W 20101007/101005234052-cedf592a73c32baaa1ff03169f7ca43d (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.