SOURCES SOUGHT
J -- RFI for H-65 Engine Support
- Notice Date
- 12/24/2014
- 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, MRS, SRR, MRR, LRS, ESD, IOD, ISD, or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-15-I-200004
- Archive Date
- 1/27/2015
- Point of Contact
- Crissy Taber, Phone: (252) 335-6141
- E-Mail Address
-
Crystal.G.Taber@uscg.mil
(Crystal.G.Taber@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) only released pursuant to Federal Acquisition Regulation 15.201(e). This is NOT a request for proposals and in no way obligates the Government to award any contract. The United States Coast Guard (USCG), Aviation Logistics Center (ALC), Short Range Recovery (SRR) division is conducting Market Research to seek Original Equipment Manufacturer (OEM) approved contractors with the facilities, skills, knowledge, and resources required to complete this effort. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. 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 United States Coast Guard (USCG) operates a fleet of one hundred and one (101) H-65 aircraft. In 2004, a major acquisition to modernize the USCG's H-65 helicopter was initiated as part of the Deepwater Project. This project was later subdivided into six (6) discrete segments to increase capability and extend the life expectancy of the H-65 aircraft. Discrete Segment 1 focused on replacing the H-65's engines with the Turbomeca Arriel 2C2CG engines and associated dynamic components. The USCG requires continued Support by the Hour (SBH) to provide comprehensive sustainment for the engines. The USCG is seeking a Contractor to provide all support required for the USCG to operate Arriel 2C2CG engines on a per hour basis. That support shall include repair, overhaul, labor (except for labor required for field level maintenance that will be performed by the USCG), parts, modules, special tools, test equipment and facilities necessary to perform the SBH services. All Contractors, qualified to provide the requisite services and material should submit a concise response presenting sufficient information to substantiate that (1) they possess the necessary knowledge, skills and experience and resources to provide the SBH services for the Arriel 2C2CG engines; (2) they possess the necessary software, technical data, facilities, and resources and demonstrated experience to provide equipment testing, repair, modification, overhaul and product improvement of the Arriel 2C2CG engines and; (3) they have the capability of providing new OEM repair parts and supply support material. A draft Performance Work Statement (PWS) for this requirement is available for qualified suppliers to provide suggestions to improve the documentation that may be included in the future acquisition of Arriel 2C2CG engine SBH services. To obtain copies, Contractors should submit a written request to Crystal.G.Taber@uscg.mil. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement or special notice will be published on the Federal Business Opportunity (FBO) website. Responses to this RFI synopsis are not adequate response to any future solicitation 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. At the discretion of the Contracting Officer, the USCG may use all or part of any suggestions or questions received in future correspondence regarding the Engine SBH acquisition. The original author will not be identified. The USCG may consider the information provided by qualified suppliers in the development of acquisition documents and planning for the Engine SBH acquisition. However, the USCG is not required to change or add any requirements to any future engine SBH procurements based on the responses received as a result of this RFI. Closing date and time for receipt of response is 12 January 2015, 4:30 p.m., EST. However, responses received after this closing date and time may still be reviewed by the USCG and used to develop the acquisition strategy. Responses must be received via email at Crystal.G.Taber@uscgmil with the following subject line "Engine SBH Comments, Company Name". Engine SBH Supplier Requested Information 1) For any Contractor, other than the Arriel 2C2CG Original Equipment Manufacturer (OEM), describe the supplier depot repair/overhaul capability. Include at least the following information: • FAA Repair Station Certificate. • Statement describing the supplier's plan to meet the USCG's requirements. • List OEM publications and describe update process. • Procedures to meet the certification requirements in the PWS. 2) The USCG is contemplating a ten (10) year contract consisting of a 12-month base contract period (commencing on the effective date of contract award) and nine (9) twelve-month option periods. • Do you have any concerns regarding this period of performance? • Can you accurately reflect your costs for this period of performance? • If you currently participate in long-term contracts, how are future years priced (i.e. fixed pricing, adjusted via Bureau of Labor indices, etc.)? • If Bureau of Labor indices are utilized, what indices are used for adjusting material prices? Labor prices? If multiple indices apply, please provide the weighting you typically utilize • Do you participate in long-term contracts with your commercial suppliers or commercial/military customers? If so, what is your typical or industry standard for contract length to include the identification of base and option years? 3) Do you have any comments or suggestions on the adequacy of the draft PWS to include any recommended changes/deletions/additions? 4) Do you have any suggestions on how to revise or restructure the requirement to reduce costs? 5) Are there any areas of the draft PWS that are unclear or ambiguous? 6) If this were a Request for Proposal, would you take exception to any areas of the draft PWS? 7) Provide any additional comments/information you may have regarding this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-I-200004/listing.html)
- Record
- SN03604663-W 20141226/141224233802-44ff238bb76d0f948820f62f463de5eb (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 |