MODIFICATION
16 -- UH-60A helicopters in fully serviceable condition with no less than 720 hours life remaining on all service life components and warranty coverage for new components.
- Notice Date
- 3/2/2015
- Notice Type
- Modification/Amendment
- 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-0168
- Response Due
- 4/15/2015
- Archive Date
- 5/15/2015
- Point of Contact
- Hope Bradley, 256-313-5613
- E-Mail Address
-
ACC-RSA - (Aviation)
(hope.bradley@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: UH-60A helicopters in fully serviceable condition This Request for Information (RFI) is for source planning purposes only and shall not be considered as an invitation for bid, requests for quotation, request for proposal, abstracts, or as an obligation on the part of the Government to acquire any products or services. Your response to RFI will be treated as information only. No entitlement to pay, direct or indirect costs, or charges by the Government will arise, as a result of a contractor's submission of a response(s) to this announcement or the Government's use of such information. This request does not constitute a solicitation for future proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in developing its source acquisition strategy and statement of work/statement of objectives and performance specifications. The Government does not intend to award a contract solely on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The purpose of this RFI is to gather information that will assist the Utility Helicopters Project Office (UHPO) in evaluating vendor capability of meeting its potential need. The Government has not determined the acquisition approach. This market research will allow the UHPO to make an informed decision about how to proceed. The Government intends to solicit and award a Firm Fixed Price (FFP) for the Aircraft (in the configurations provided) and Cost Plus Incentive Fee (CPIF) contract for further modifications or changes to the base configuration. The anticipated contract period of performance is October 2016 through September 2021. This RFI is applicable to the following: UH-60A for Department of Defense (DoD) agencies, Foreign Military Sales (FMS) and Other Government Agencies (OGA). The Government does not own the complete H-60 Technical Data Packages (TDPs) that established the current and baseline H-60 configurations, including system/subsystems drawings, tooling drawings, software source code or models and simulations. The intent of this RFI is to determine industry capabilities to deliver UH-60A helicopters in fully serviceable condition with no less than 720 hours life remaining on all service life components and warranty coverage for new components. Aircraft must be equipped with a 38000 series Improved Durability Gearbox (IDGB) Main Transmission. All aircraft inspections completed in accordance with (IAW) TB 1-1520-237-30-1, 2014, TB 1-1520-237-50-6 and Department of Army, TM 1-1520-237-PMI, 2010 with no less than 340 hours until next scheduled Phase Maintenance Inspection (PMI). Maintenance Inspections completed, airframe corrected for all corrosion, cracks, required maintenance issues, and painted to customer requirements. Current and updated Technical Manuals, to include TM 1-1520-237-CL must be available and releasable to U.S. Government and Foreign customers. In addition to the above, determine industries capability to design, develop, test, integrate, validate and verify hardware and software systems, subsystems and system of systems, maintain configuration management, develop and update the Integrated Logistics Support (ILS) documentation to support the UH-60A configuration. System and subsystems must meet U.S. Army Airworthiness Release (AWR) criteria. Submit data as required by Aviation Engineering Directorate (AED) for AWR issuance. The vendor must be capable of sustaining and maintaining the UH-60A over its lifecycle that maintains the inherent technical, suitability and functional performance, safety, reliability, sustainability and maintainability characteristics. The vendor must be able to obtain and maintain personnel and facilities at the SECRET clearance level. The Government desires that all new or modified software and hardware have, at a minimum, Government Purpose Rights (GPR) and software development meets Capability Maturity Model Integration (CMMI) level III criteria and processes. The vendor must be capable of complying with the Safeguarding of Controlled Unclassified Technical Information clause in DFARS 252.204-7012, have a Cybersecurity program that follows the National Institute of Standards and Technology (NIST) Framework for Improving Critical Infrastructure Cybersecurity document at a minimum, and subsequent compliance assessments performed by the Government. RFI Requirements - Description of Information Requested 1.Provide company information including: a.Company name and address. b.Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.). c.Point(s) of contact including name, phone number, address, and email and length of time in business. d.Geographic presence. 2.Describe your organization's experience with similar efforts. 3.Describe how your organization would support the complete UH-60A lifecycle: a.Aircraft availability (not provided by the government) b.System Safety c.Production and Integration d.Inherent system performance and suitability e.ILS and associated documentation f.Facilities and personnel resources g.Flight Operations h.Airworthiness i.TDP availability for any modifications made to the aircraft j.Adherence to TB 1-1520-237-30-1, 2009, TB 1-1520-237-50-6 and Department of Army, TM 1-1520-237-PMI, 2010, TM 1-1520-237-23 series and TM 1-2840-248-23 & P Technical Manuals 4.Address how to ensure an adequately experienced and trained staff, your process for verifying qualifications, education, certification, and professional requirements and how often this information is obtained or updated. 5.Describe how your organizations Cybersecurity policy and practices align with the provided references. 6.Provide recommendations on benchmark skills or criteria used to evaluate quality analysis, including analytic tools and writing techniques. 7.Identify conditions or issues requested in the RFI that cannot be met or may interfere with the intention of this project. 8.Provide any other pertinent information that will assist us in this assessment. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities, and recommendations in developing proposals for the UHPO, Program Executive Office, Aviation (PEO Aviation). SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUB-Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. All interested firms with capabilities identified herein are encouraged to respond to this RFI. Technical questions, data requests and industry responses to this RFI are to be sent by email to hope.d.bradley.civ@mail.mil, CCAM-BHA, 256-313-5613. All mail requests must be received by 1600 hours CST on 15 April 2015. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 25 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to this RFI must be unclassified. Contracting Office Address: ACC-RSA - (Aviation), ATTN: CCAM-BHA, Building 5308, Martin Road, Redstone Arsenal, AL 35898-5280 BaseOption 1Notes quote mark A quote mark Reset quote mark A quote mark Reset Airframe A2A RESET XX Dynamics Add UH-60L IDGBXX1 UH-60A IGB, TGBXX2 PROPULSION Two (2) GE T700-GE-700 engines with integral partical separatorsXX2 APU for engine start, ground power, and in-flight emergency power XX Dual suction self-sealing fuel system (with breakaway fittings and cross-feed)XX Dual crashworthy, self-sealing fuel tanks with a total capacity of 360 gallons XX Fuel boost pumps XX Gravity and pressure (single point) fueling and de-fueling XX Low level fuel warning systemXX Engine and APU fire detection & extinguishing systems XX Engine anti-icing system XX Hover Infrared Suppression System (HIRSS)XX Main transmission with two (2) isolated input/accessory modules XX Intermediate and tail gearboxes with interconnecting drive shafts XX HYDRAULIC SYSTEM Dual, independent, transmission-powered 3000 psi hydraulic systemsXX #3 Backup hydraulic systemXX Avionics - Comm AN/ARC-186 VHF-AMX AN/ARC-164 UHF-AMX AN/ARC-210 UHF-FM #1 and #2 X C-6533/ARC ICS (5 Stations)XX AN/APX-100 IFF TransponderX Provisions for IFF KIT-1C TSEC X IFF APX-117 X ANVIS Compatible LightingXX Avionics - NAV LF/ADF ARN-89X LF/ADF ARN-149 X VOR/ILS ARN-123X VOR/ILS ARN-147 X Gyro Mag Compass/GyroscopeX 3 AN/ASN-128 Doppler/GPS Doppler navigationXX AN/APN-209 Radar Altimeter LISA-200 or NAVEX-12 AHRSXX3, 4 FLIGHT DIRECTOR UH-60L Command Instrument System (CIS)XX COCKPIT DISPLAYS UH-60A/L Analog instrumentsXX Digital clock with seconds displayedXX Dual Master warning panelsXX Dual, heated pitot static systemXX NVG Compatible CockpitXX AIRCRAFT SURVIVABILITY EQUIPMENT Provisions for APR-39C(V)2 Radar warning systemXX Provisions for M-130 chaff dispenser systemXX4 Provisions for ALQ-144A(V)1 IR countermeasures systemXX4 Electromagnetic Environment (EME) ProtectionXX MISSION EQUIPMENT Provisions for 8000 lb (4082 kg) capacity cargo hookXX Cargo Hook (8000 lb)XX Wire Strike Protection System (WSPS) XX Provisions for ESSS Range Extension KitX* *AC401 & subsX Provisions for Internal Rescue HoistXX Provisions for Fast Rope Insertion/Extraction System (FRIES) Kit XX Gunner / Crew Chief Seats LH &RH (2)XX Crashworthy Troop Seats (10)XX Armored Pilot / Co-Pilot SeatsXX Armored Wings for Pilot / Co-Pilot SeatsXX Internal Aux Fuel ProvisionsXX Tire pressure relief valveXX FLIGHT CONTROLS UH-60A/L Mechanical Flight Control SystemXX UH-60A/L Automatic Flt Control System (AFCS)XX ELECTRICAL Two (2) 30/45 KVA AC generatorsXX Two (2) 200 amp DC convertersXX Single 20/23.8 KVA APU-driven AC generatorXX Single Sealed lead acid battery (SLAB)XX External power monitor panelXX ANVIS Compatible Light SystemXX Cargo Hook LightsXX Retractable landing and controllable searchlight light (standard mode)XX Standard and position and formation lightsXX Two (2) anti-collision strobe lightsXX Portable maintenance and inspection lightXX ROTOR AND CONTROLS Main Rotor Head System (with titanium hub and elastomeric bearings)XX Four (4) main rotor blades (titanium spars, fiberglass with honeycomb cores, BIM)XX Bifilar vibration suppression systemXX Provisions for manual blade fold (Four main rotor blades aft) XX Dual, redundant and isolated pilot flight controls XX Dual, redundant parallel primary and tail rotor servos with jam protection XX Tail rotor centering quadrant (For operation following control cable failure)XX Four-blade, crossbeam tail rotor bladesXX Provisions for Main and Tail Rotor Blade de-ice systemXX ARMAMENT M60 or M240 (7.62mm) Window Gun ProvisionsXX OPTIONS: M134 Window Gun Electrical & Structural ProvisionsXX FRIESXX 12th Troop SeatXX Cockpit and Cabin Armored FloorsXX Manual Blade Fold KitXX Dual Patient Litter SystemXX Main and Tail Rotor Blade de-ice systemXX Notes 1MWO 1-1520-237-30-4 2overhauled 3either mechanical gyros or AHRS 4unqualified provisions
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/143d4cceb4135b5f1c8c8419cc4f6979)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03655739-W 20150304/150302234450-143d4cceb4135b5f1c8c8419cc4f6979 (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 |