Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 30, 2015 FBO #4936
SOURCES SOUGHT

16 -- Standby Flight Instrument - RFI SFI

Notice Date
5/28/2015
 
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-200011
 
Archive Date
7/4/2015
 
Point of Contact
Michele Williams, Phone: 252-335-6828, Diana L Janes, Phone: 252-335-6511
 
E-Mail Address
michele.b.williams2@uscg.mil, Diana.L.Janes@uscg.mil
(michele.b.williams2@uscg.mil, Diana.L.Janes@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft PWS SFI Description H-65 Standby Flight Instrument (SFI) Procurement and Sustainment; Request for Information (RFI). This is not a request for proposals. This is a Sources Sought and 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 RFI. 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 seeking industry comments on a proposed Standby Flight Instrument (SFI) Acquisition package. This is intended to be an opportunity for qualified vendors to provide comments to improve the specification and the Draft Performance Work Statement (PWS) that is included in this RFI on this acquisition package of a Standby Flight Instrument (SFI) for the USCG MH-65E Helicopter and for the United States Army A/MH-6M Helicopter. This notice is intended to provide interested parties with an opportunity to improve the H-65 SFI PWS only. The avionics system modernization plans for both aircraft include replacing analog display systems with digital multifunction display systems. The Draft Performance Work Statement (PWS) is provided to assist in this endeavor of new system requirements. Contract Duration: The USCG is contemplating the issuance of a solicitation for a contract with a five (5) year duration (one (1) base year plus four (4) one-year option periods). 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, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FedBizOpps (FBO). Responses to this RFI are not an adequate response to any future solicitation announcement. 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 RFI and any follow-up information requests. At the discretion of the Contracting Officer, the USCG may quote all or part of any comments 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 PWS Section 4.0 5. Evaluation After evaluation of the information received, the USCG may issue a separate request for proposals. 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. Potential sources are encouraged to review the attached Draft PWS and provide written comments. Closing date and time for receipt of response is 19 June 2015 @ 5:00pm EST. Telephone responses will not be accepted. E-mail responses are preferred and may be sent to either the Primary Point of Contact (POC) Diana.M.Pomeroy@uscg.mil or the Secondary POC Michele.B.Williams2@uscg.mil. Correspondence must include a company point of contact with address, phone number and email address. Please indicate HSCG38-15-I-200011 in the subject line. Responses may also be mailed to the following address: USCG, ALC 1664 Weeksville Road SRR, BLDG 75, HSCG38-15-I-200011 Attn: Diana Pomeroy or Michele Williams Elizabeth City, NC 27909-5001
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-15-I-200011/listing.html)
 
Place of Performance
Address: USCG, ALC, 1664 Weeksville Road, SRR, BLDG 75, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN03746428-W 20150530/150529040815-7654d6a4cf18173da30c2a88ec092ade (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.