Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 22, 2017 FBO #5629
SOURCES SOUGHT

16 -- Environmental Control System, Procurement & Sustainment - Enclosures

Notice Date
4/20/2017
 
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
HSCG38-17-I-200011
 
Archive Date
6/20/2017
 
Point of Contact
Debora J. Plymel, Phone: 2523345372
 
E-Mail Address
debora.j.plymel@uscg.mil
(debora.j.plymel@uscg.mil)
 
Small Business Set-Aside
N/A
 
Description
Enclosure 4 DHS Form 11000-6 Enclosure 2 ECS Compartment Depiction General Information Document Type: Sources Sought Notice Solicitation Number: HSCG38-17-I-200011 Posted Date: April 20, 2017 Original Response Date: May 10, 2017 Current Response Date: May 10, 2017 Original Archive Date: June 10, 2017 Current Archive Date: June 10, 2017 Classification Code: 16 -- Aircraft components & accessories NAICS Code: 336413 -- Other Aircraft Parts and Auxiliary Equipment Manufacturing Contracting Office Address Department of Homeland Security United States Coast Guard (USCG) Aviation Logistics Center (ALC) Short Range Recovery (SRR) Procurement 1664 Weeksville Road Elizabeth City, NC 27909 United States Description H-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI) This is not a request for proposals. This is a RFI released pursuant to Federal Acquisition Regulation (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 United States Coast Guard is requesting information from industry regarding an ECS that could replace the vapor cycle refrigeration system currently installed in the H-65 Helicopter. Replacement systems must be lighter in weight and have greater cooling capacity than the system installed presently. This solicitation has been issued to survey the market to identify suitable candidate systems and suppliers for consideration. Note: this RFI pertains to cooling systems using any technology available to include but not limited to vapor cycle, bleed air, and electrically or mechanically driven. 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 an acquisition, a solicitation announcement will be published in FEDBIZOPS. Responses to this RFI are not an adequate response to any future solicitation announcement. Again, this is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the performance objectives are encouraged to provide a capability statement, company literature, brochures, ROM estimate, or any other information that demonstrates that the objectives can be met. Telephone responses will not be accepted. Responses must be received no later than May 10, 2017 at 4 p.m. EDT. This notice is intended to provide qualified suppliers an opportunity to describe their product. All firms responding to this RFI 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 Coast Guard is publishing this RFI and will consider suggestions from qualified suppliers. Suggestions must be received at the following address no later than 10 May 2017 at 4 p.m EDT. Contracting Office Address: Aviation Logistics Center 1664 Weeksville Road Hangar 75, ATTN: Ryan S. Suchy Elizabeth City, NC 27909 Primary Point of Contact: Debora Plymel Contract Specialist Debora.J.Plymel@uscg.mil Phone: (202) 334-5372 Electronic copies may be sent by e-mail to Debora.J.Plymel@uscg.mil including the following in the subject line "ECS RFI Submission, 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 Coast Guard may quote all or part of any suggestions or questions received in future correspondence regarding an ECS acquisition. The original author will not be identified. The Coast Guard will consider the information provided by qualified suppliers in the acquisition planning for the H-65 ECS replacement. Additional Project Details and Objectives 1.0 Scope The environmental control system for cooling may be installed in all H-65 aircraft. The requirement will include spare parts and support. The system and associated support plans will be designed to minimize government inventory requirements. 2.0 Background The H-65 is a derivative of the Airbus Helicopter Dauphin aircraft. The current configuration is similar to the AS 365N3. The aircraft is powered by two Turbomeca Arriel 2C2- CG engines. The aircraft was originally built to Federal Aviation Regulations Part 29 standards. Modifications to the aircraft are designed to current Federal Aviation Regulations Part 29 standards with exceptions approved for Coast Guard specific requirements. The Coast Guard currently operates 100 H-65 aircraft. The original avionics system has been expanded to provide substantial additional communication and sensor capabilities. The newer avionics components are capable of operating with less conditioned air than that required for the original H-65 avionics system. However, there is a now a greater need for cooling air in the cabin. The H-65 was originally equipped with a bleed air ECS. The bleed air cooling system was removed early in the development of the H-65 in order to preserve the engines. The bleed air heat function was retained. A vapor cycle (Freon) system was installed to eliminate the need for the engines to provide bleed air for cooling The current heat exchanger has been modified further to operate on FR-12 refrigerant. The Coast Guard is looking to the open market for solutions that can replace the current system while gaining weight savings and increased cooling capacity to meet present and future avionics upgrades. 3.0 Support A Performance Based Logistics (PBL) support strategy is desired. The support structure will be based on existing Coast Guard support contracts. The support strategy will be included in the system procurement process. 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. A full documentation package is desired. The minimum documentation requirement will include a detailed interface control documentation and system data necessary for troubleshooting and maintenance. Universal connections are required for any interface to refrigerant servicing carts if proposed systems are maintained with their use. 3.2 Integration Vendors submitting capability info must include information on their ability to supply an engineer on-site throughout the development and integration phase if successfully awarded to. The supplied engineer would interface daily with on site engineers and will also be required to perform tasks inside the helicopter through all operational ground and flight testing phases. 4. Vendor Qualification The supplier must be an original equipment manufacturer for aircraft environmental control systems. The supplier must be FAA certified and must have been awarded a Supplemental Type Certificate (STC) for environmental control systems installed on other aircraft. The Coast Guard will use this STC information as a basis to gauge quality in regards to the product and customer support. The supplier must have experience working with civil and/or military airworthiness authorities. The supplier must explain in their response how they would support the airworthiness certification of the installation. The supplier must have or establish a permanent presence in the United States staffed with English speaking technical support personnel. All system documentation must be available in readily understandable English language format. 5. Evaluation After evaluation of the information received, the Coast Guard may issue a separate request for proposals. It is critical that, prior to submitting an RFI, you review all attached enclosures. The compartments that house the current ECS cannot be modified. Therefore, submissions that will not fit into the designated spaces will not be considered for Request for Proposal (RFP) development or as potential candidates for award. Any follow on RFP will include this statement as well. If more than one qualified supplier is identified, the request for proposals will include an evaluation and source selection process. This process will be designed to consider each offeror's capability to provide a technical solution that best aligns with the project objectives, is within the proposed schedule, and is affordably priced. An integrated assessment of the strengths, weaknesses, and risks of each offeror's proposal, together with the cost proposed, will be used to determine which proposal offers the best overall value to the Government. 6.1 Availability of Government Documents Before obtaining copies of Enclosures 1 and 2 contractors shall be registered in the Defense Logistics Agency's Joint Certification Program. More information on this certification can be found at http://www.dlis.dla.mil/jcp/Default.aspx. After ensuring registration, the contractor shall complete DHS Form 11000-6, Sensitive but Unclassified Information Non-Disclosure Agreement (Enclosure 4) and return with a written request to Debora.J.Plymel@uscg.mil. Copies will not be posted to the Federal Business Opportunities website. 6.1.1 The USCG will only release these documents to United States (U.S.) businesses that have followed the above procedures. The documents will not be released to any foreign entity. If the U.S. business plans to release these documents to any foreign entity, they must first provide the USCG with a copy of a valid Technical Assistance Agreement (TAA) and TSP-5 authorizing release to that entity. Enclosures: (1) H-65 Environmental Control System (ECS), Performance Objectives (2) H-65 Data (3) ECS Compartment CAD model (4) DHS Form 11000-6
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-17-I-200011/listing.html)
 
Record
SN04479398-W 20170422/170420235127-c20b7aafe4423997a9dc196c0006e308 (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  © 1994-2020, Loren Data Corp.