Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2016 FBO #5182
SOURCES SOUGHT

16 -- HUMS - Health and Usage Monitoring System

Notice Date
1/29/2016
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
HSCG38-16-S-010004
 
Archive Date
3/11/2016
 
Point of Contact
Richard Atha, Phone: 2523356446, David E. Tanner, Phone: 2523356413
 
E-Mail Address
Richard.L.Atha@uscg.mil, David.E.Tanner@uscg.mil
(Richard.L.Atha@uscg.mil, David.E.Tanner@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
PROCUREMENT TYPE: SOURCES SOUGHT DATE POSTED: January 29, 2016 CATEGORY: HC-144 Aircraft RESPONSE DATE: February 19, 2016, 4:00 PM Eastern PRIMARY POINT OF CONTACT: CWO Kevin Musorofiti, HC-144A Projects Office Kevin.Musorofiti@uscg.mil Phone: 252-384-7308 Secondary Point of Contact: David E. Tanner, Contracting Officer David.E.Tanner@uscg.mil Phone: 252-335-6142 Fax: 252-334-5427 Synopsis This is not a solicitation announcement. This is a sources sought synopsis only. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the United States Coast Guard (USCG). Background: The U.S. Coast Guard (USCG) operates eighteen (18) HC-144 aircraft. The HC-144 is manufactured by Airbus Military (formerly EADS CASA) based in Seville, Spain. The base CASA CN-235M aircraft provides the foundation for the HC-144. Changes to the base aircraft configuration and the addition of supplementary systems have been combined resulting in a CG01 version of the CN-235M, the USCG HC-144A Maritime Patrol Aircraft. It is powered by two General Electric CT7-9C3 turboprops which drive Hamilton Sundstrand 14RF-31 four-blade reverse-pitch propellers. The aircraft is specifically equipped to perform all USCG missions which include: search and rescue, maritime safety, security logistics, as well as national defense and protection of natural resources. The aircraft is not currently equipped with any type of permanently installed vibration analysis monitoring equipment or structural health monitoring equipment. USCG Objective: USCG, Aviation Logistics Center (ALC), Medium Range Surveillance (MRS) Division, Elizabeth City, North Carolina is seeking to create the Health and Usage Monitoring System (HUMS). MRS is seeking sources that can offer a one system solution to monitor the aircraft flight data, the powerplant vibrations and the airframe structure loads. One USCG HC-144 aircraft will be configured with the HUMS to monitor airframe structural loads in addition to flight data and powerplant monitoring and one aircraft will be configured to monitor flight data and powerplant vibrations. The HUMS shall be capable of operating as a standalone component on the aircraft and be able to provide a user interface capability for operation during aircraft operations. The HUMS shall be able to identify, monitor, and record discrepant conditions through the use of vibration analysis, and airframe structural loads analysis. The HUMS shall confirm or modify the original equipment manufacturer (OEM) maintenance requirement assumptions by incorporating condition based evaluation to ensure that the aircraft is optimally managed in a safe and cost-effective manner for the duration of the HC-144's operational life cycle. The proposed HUMS shall be available from a commercial source and be sustainable for the next twenty (20) years. The Data Acquisition system should be able to acquire data received from the Powerplant, Airframe along with aircraft flight parameters and allow for easy data review. The system shall be capable of collecting data throughout all ground and flight profiles as well as data generated during the flight or ground runs such as but not limited to the following; engine speeds, air speed, location, altitude, etc. The data shall be recorded and easily removed for collection and evaluation on a standalone computer using source supplied and licensed software. The proposed HUMS shall indicate an out of balance propeller, compute balance corrections, and provided solutions to balance the GE supplied CT7-9C3 engine, gearbox, and propeller system during engine operations. The HUMS shall offer balancing solutions using a proven method that shall meet GE and OEM standards. The HUMS shall monitor and detect out of balance power plant conditions to include vibration magnitude, phase angle and calculate propeller balance solutions. The proposed HUMS shall record structural load inputs, and analyze the data for comparison to the OEMs engineering data. The HUMS shall monitor, record, and detect airframe structural loads incurred during variable flight profiles, conditions and environments. The HUMS shall collect technical and performance data and use it to analyze aircraft usage data along with airframe structural loads and power plant vibrations. The HUMS shall compare OEM design criteria with actual usage to determine the rate of structural fatigue life consumption and to suggest changes to OEM maintenance criteria if required. The source shall be responsible for obtaining OEM proprietary information to include but not limited to life cycles and maintenance scheduling. The information obtained shall be used to determine the benefits of installing HUMS on the entire fleet of aircraft. Responders shall provide the following but not limited to: Technical data, to include input/output Efficiency Operating parameters Size and weight Method of securing Mean Time Between Failure data Availability Sustainability requirements Data review methods Number of collection channels for accelerometers Number of collection channels for magnetic pickups Number of collection channels for strain/stress gauges Location of accelerometers, magnetic pickups, and strain gauges Rough Order of Magnitude Ability to produce final acceptance test plans for the HUMS REPLIES: All companies that can provide the services are encouraged to provide a capability statement for providing the equipment, software, installation, vibration analysis, and knowledge of airframe structural loads analysis, cage code, brochures, or any other information demonstrating that they can provide these services. Responses to this notice should include company name, address, telephone number, and point of contact (POC). Responses shall be emailed to Kevin.Musorofiti@uscg.mil with "HSCG38-16-S-010004, Sources Sought Response" inserted in the subject line of the email. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 19 February, 2016 at 16:00 hours (4:00 PM EST). The Government believes the applicable NAICS code is 488190-Other Support Activities for Air Transportation. This notice is to assist the USCG in determining potential sources only. All firms responding to this sources sought synopsis are advised that their response to this notice is not a request to be considered for a contract award. Reimbursement will not be made for any costs associated with providing information to this sources sought notice. All information received in response to this announcement shall be kept confidential and shall not be returned. Additionally, the Aviation Logistics Center (ALC) Medium Range Surveillance (MRS) Product Line encourages potential respondents to give presentations, provide their solutions, or gather feedback at our facility. After the review of the responses to this sources sought synopsis, and if the USCG still plans to proceed with an acquisition, a solicitation announcement will be published in the Federal Business Opportunity website. Responses to this sources sought synopsis are not adequate responses to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the USCG to award any contract. Respondents are requested to provide information for the additional following questions: (1) Is your business a large or small business and how many employees? (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, POCs and contract numbers? (9) If possible, provide POCs for civilian users for general usage of product questions. Please answer the following questions to establish "Commerciality": Are these items of a type customarily used by the general public or non-government entities for other than government purposes? Yes _____ No ______ If yes, describe the item and its intended purposes. a. Have these items been sold, leased or licensed to the general public? Yes ____ No ___ If yes, identify one or more such sale, lease or license to document the commerciality of the item. b. If no, have these items been OFFERED for sale, lease or license to general public? Yes ____ No ____ If yes, identify one or more such offered sale/lease/license to document the commerciality of the item. Standalone Commercial Services: Is this a service of a type offered and sold competitively in substantial quantities in the commercial marketplace BASED ON ESTABLISED CATALOG OR MARKET PRICES FOR SPECIFIC TASKS PERFORMED OR SPECIFIC OUTCOMES TO BE ACHIEVED using standard commercial terms and conditions? Yes ____ No ____ If yes, describe the specific tasks/outcomes to be achieved and provide documentation on how the service is sold and priced (e.g. catalog or market price) Catalog-Priced Services: "Catalog price" means a price included in a catalog, price list, schedule, or other form that is regularly maintained by the manufacturer or vendor, is either published or otherwise available for inspection by customers, and states prices at which sales are currently, or were last, made to a significant number of buyers constituting the general public. Please attach a copy of or identify the catalog and its date or the appropriate pages for the offered service tasks/outcomes. Include a description of the current discount policies and of the price lists (are they published or unpublished, available for inspection by customers, and do they state prices at which sales are currently or last made); Market-Priced Items: "Market prices" means current prices that are established in the course of ordinary trade between buyers and sellers free to bargain and that can be substantiated through competition or from sources independent of the offerors. Include relevant information such as: Provide the source and date or period of the market quotation or other basis for the commercial market price, the base amount, and applicable discounts that may be expected; and Describe the nature of the market. For example, will the instant procurement establish the market price through competition? If so, describe the extent of the competition expected. Respondents who fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-16-S-010004/listing.html)
 
Place of Performance
Address: MRS Division, Aviation Logistics Center, 1664 Weeksville Road, Elizabeth City, North Carolina, 27909, United States
Zip Code: 27909
 
Record
SN04005355-W 20160131/160129234700-4a604630ccf5b6e91e20a777e15d5172 (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.