Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 23, 2015 FBO #4928
SOURCES SOUGHT

16 -- STANDBY FLIGHT INSTRUMENT (SFI) - Performance Work Statement

Notice Date
5/21/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-200010
 
Archive Date
6/29/2015
 
Point of Contact
Diana L Janes, Phone: 252-335-6511, Michele Williams, Phone: 252-335-6828
 
E-Mail Address
Diana.L.Janes@uscg.mil, michele.b.williams2@uscg.mil
(Diana.L.Janes@uscg.mil, michele.b.williams2@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Standby Flight Instrument (SFI) Performance Work Statement Description H-65 Standby Flight Instrument (SFI) Procurement and Sustainment; Request for Information (RFI). This is not a request for proposals. This is a Request for Information (RFI) released pursuant to FAR 15.201(e). This RFI 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 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 USCG is offering a proposed Standby Flight Instrument Acquisition package for industry comment. This is intended to be an opportunity for qualified vendors to provide suggestions to improve the specification and other documents that will be included in the acquisition of a Standby Flight Instrument for the USCG MH-65E Helicopter and for the United States Army A/MH-6M Helicopter. The avionics system modernization plans for both aircraft include replacing analog display systems with digital multifunction display systems. The SFI listed in the attached statement of work must be acquired in order to meet the performance requirements of the new systems. A draft statement of work is attached for review. Potential suppliers are encouraged to review the attached document and provide written suggestions to the contracting officer. Contract Duration The USCG is contemplating issuing a solicitation for a five (5) year contract duration (One base year plus four (4) one-year option periods.) Please respond to the following questions regarding the contract duration. 1) Can your firm give a list of benefits to the Government? 2) Is this a customary commercial practice for your firm? 3) Can your firm list your mechanisms to adjust for economic fluctuations? 4) Is your firm willing to enter into a contract for five (5) years? 5) How would your firm accurately price a contract for up to five years? Company Information 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. After the review of the responses to this RFI announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FedBizOpps. Responses to this RFI are not an adequate response to any future solicitation announcement. This is not a request for proposals and in no way obligates the Government to award a 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 14 June at 11 PM, EST. This notice is intended to provide interested parties with an opportunity to improve the H-65 SFI Performance Work Statement (PWS) only. All firms responding to this request for information 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 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. Point of Contact The USCG is publishing this request for information and will consider suggestions from qualified suppliers. Suggestions must be received at the following address no later than 14 June 2015 at 11 PM, EST. Commanding Officer USCG, ALC SRR Product Line Division Attn: Contracting Officer 1664 Weeksville Road Elizabeth City, NC 27909-5001 Advance copies may be sent by e-mail to diana.m.pomeroy@uscg.mil and michele.b.williams2@uscg.mil. Include the following in the subject line "HSCG38-15-I-20010 SFI Acquisition Comments, Company Name". Correspondence must include a company point of contact with address, phone number and email address. At the discretion of the contracting officer, the USCG may quote all or part of any suggestions or questions received in future correspondence regarding the SFI acquisition. The original author will not be identified. The USCG will consider the information provided by qualified suppliers in the development of the SFI PWS and acquisition planning for the H-65. Additional Project Details 1.0 Scope The SFI may be installed in all H-65 and A/MH-6M aircraft. The requirement will include spares. The system and associated support plans will be designed to minimize government inventory requirements. 3.0 Support The PWS includes repair. Availability of replacement parts through 2036 shall be addressed. 3.1 Open Architecture The aircraft will be designed to incorporate open architecture to the greatest extent possible and use standard government and commercial protocols. The system should minimize proprietary interfaces and systems. Data developed at government expense will be used by the government without restriction. 3.2 Integration The government will manage the integration of the SFI. The SFI supplier will be required to support the integration effort. 4. Vendor Qualification Listed in the SOW. 5. Evaluation After evaluation of the information received, the USCG may issue a separate request for proposals. The planned system evaluation criteria are: Technical, Experience, Delivery Schedule, Past Performance, and Price. Proposals that exceed the basic requirements will be considered. Attachments (1) DRAFT PWS for the procurement and sustainment of H-65 SFI. Primary Point of Contact: Diana M. Pomeroy Contract Specialist diana.m.pomeroy@uscg.mil Phone: 252-335-6511 Fax: 252-334-5240   Secondary Point of Contact: Michele Williams Contract Specialist michele.b.williams2@uscg.mil Phone: 252-335-6828 Fax: 252-334-5240 Contracting Office Address: HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD Elizabeth City, North Carolina 27909-5001 United States Place of Performance: USCG Aviation Logistics Center Elizabeth City, North Carolina 27909 United States
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-I-200010/listing.html)
 
Place of Performance
Address: USCG Aviation Logistics Center, SRR Division, 1664 Weeksville Road, Bldg. 75, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03739391-W 20150523/150521235603-24affa80904c6b8767187f77d7a19072 (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.