Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF AUGUST 21, 2020 SAM #6840
SOURCES SOUGHT

16 -- USCG Missionization Modification, Block Upgrade 8.1 (BU) for HC-130J Long Range Surveillance (LRS) aircraft.

Notice Date
8/19/2020 9:45:10 AM
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
 
ZIP Code
20593
 
Solicitation Number
70Z02320I00000400
 
Response Due
9/14/2020 9:00:00 PM
 
Archive Date
09/30/2020
 
Point of Contact
Domingo Cruz, Phone: 2024753732, Matthew L. Wallace, Phone: 2024753198
 
E-Mail Address
Domingo.Cruz2@uscg.mil, matthew.l.wallace@uscg.mil
(Domingo.Cruz2@uscg.mil, matthew.l.wallace@uscg.mil)
 
Description
�� �Executive Summary The United States Coast Guard (USCG) HC-130J Long Range Surveillance (LRS) aircraft acquisition program has an approved acquisition baseline of 22 HC-130J aircraft. �Each aircraft is procured from Lockheed Martin Aero (LMA) as a baseline C-130J and missionized with the Government (Govt) developed Minotaur Mission System Suite (MSS+). �Following missionization, a C-130J is designated HC-130J.� The USCG currently has 17 HC-130J aircraft in either operational use or active production. The USCG will receive new aircraft with the same baseline configuration as the previously delivered aircraft with the exception of changes made to mitigate Diminishing Manufacturing Sources (DMS) and material obsolescence.� Additionally, all C-130J aircraft will require Block Upgrade 8.1 (BU) modifications in order to maintain access to global airspace, enhance aircraft navigational accuracy, maintain commonality with the worldwide C-130J operational community, and reduce component obsolescence. The HC-130J�s capabilities lends itself ideally to protecting critical national infrastructure by reducing vulnerabilities, providing continuity of operations in the event of an emergency and providing surveillance capability for protecting maritime transportation systems.� The USCG fleet of HC-130J aircraft is the Department of Homeland Security�s (DHS) largest airlift asset and can provide critical support to DHS partners in response to national events as well as logistical support during routine operations. The USCG is transitioning its entire LRS inventory of HC-130H aircraft to the HC-130J. �The aircraft and MSS+ line repairable units and software have commonality across multiple platforms within the Department of Defense and DHS. By leveraging same/like components and software programs, the USCG gains efficiencies in logistics support, purchase agreements and obsolescence mitigation.�� �� �RFI Overview The USCG is releasing this Request for Information (RFI) pursuant to Federal Acquisition Regulations (FAR) Part 10, Market Research.� The responses to this RFI will assist USCG decisions regarding Long Range Surveillance (LRS) aircraft Minotaur Mission System Suite (MSS+), Block Upgrade 8.1 modifications (BU) and sparing. The USCG encourages potential responders to submit information (market research) regarding the responder�s corporate experience and capabilities relating to AIRCRAFT MODIFICATION and SPARE PARTS PROCUREMENTS. At this time, the USCG is only interested in information from respondents capable of performing the required spare parts procurements and modifications on up to three (3) C-130J aircraft simultaneously as a PRIME contractor. This RFI is solely for informational, market research, and planning purposes.� This RFI does not constitute a Request for Proposal (RFP) or a promise/obligation to issue a future RFP. This RFI does not commit the USCG to contract for any supply or service whatsoever. At this time, the USCG does not seek proposals.� Response submissions are voluntary. Additionally, the USCG is currently not requesting from respondents a Statement of Objectives (SOO) or Statement of Work (SOW) for the proposed effort for the purposes of this RFI. However the USCG is interested in any proposed changes to the enclosed draft SOW, which does not include any attachements referenced there-in. Based on the responses to this effort, the USCG will release complete SOO or SOW for the proposed effort should the USCG decide to release a RFP. The USCG advises all respondents that it will not pay nor make a reimbursement for any information or administrative costs incurred in submitting RFI responses. The USCG considers pricing information submitted under this RFI as an estimate only and neither binding nor constituting a proposal. Not responding to this RFI does not preclude participation in any future RFP, if released. The USCG intends to share submitted information with its support contractors. The USCG does not presently require or request proprietary business or financial information. Markings or statements that limit the USCG�s ability to share information with support contractors should be avoided. The USCG will not return RFI responses; all responses shall become USCG property �� SCOPE � �Minotaur Mission System Suite (MSS+) The USCG anticipates an effort to modify up to six (6) baseline C-130J aircraft to incorporate the MSS+ and all external sensors and communications equipment (integration).� In this case, the project consists of installation, integration, and test of the complete complement of HC-130J MSS+, which includes the legacy belly-mounted radar, Electro-Optical (EO)/Infrared (IR) Sensors (EO/IR) , INMARSAT systems, etc. There may be approximately 2,500 line items required for procurement with a total approximate value of over $10,000,000 per aircraft set. The Bill of Materials (BOM) will be provided by the USCG should it be decided to release an RFP. The anticipated scope of work may include some, or all, of the following tasks: Integration of the MSS+ onto the aircraft in accordance with (IAW) the USCG-furnished Technical Data Package (TDP) TDP Management (ie. Configuration Control, Drawing Conversion and/or Reproduction) Data Rights:� The Govt would receive unlimited data rights for all data generated during performance of the anticipated effort. Configuration Management of the TDP baseline Component Obsolescence Mitigation Material Procurements Required for the MSS+ Integration � Bonded Storage Storage of COMSEC equipment and other Secret classified material Storage Sustainment and Maintenance Production Material Kitting Material Receiving/Shipping Should the decision be made to release an RFP, the USCG may elect to provide some or all required MSS+ parts and components as Government Furnished Equipment (GFE) IAW FAR Part 45, Govt Property. �� �Block Upgrade 8.1 (BU) The USCG anticipates an effort to modify up to six (6) baseline C-130J aircraft as well as up to 6 missionized HC-130Js to incorporate the BU.� The GFI Technical Data Package for the BU would assume the MSS+ is already installed on the aircraft prior to beginning BU work. For baseline C-130J aircraft, it is anticipated the Contractor will be required to modify its production planning and work flow processes in order to perform the BU incorporation concurrently with the MSS+; this will enable leverage of production synergies and minimize aircraft downtime compared to the time required to perform each modification separately. The anticipated scope of work may include some, or all, of the following tasks: Integration of BU onto the aircraft IAW the USCG-furnished Technical Data Package (TDP) TDP Management (ie. Configuration Control, Drawing Conversion and/or Reproduction) Data Rights:� The Govt would receive unlimited data rights for all data generated during performance of the anticipated effort. Configuration Management of the TDP baseline Component Obsolescence Mitigation Bonded Storage Storage of COMSEC� equipment and other Secret classified material Storage Sustainment and Maintenance Material Receiving/Shipping Should the decision be made to release an RFP, the USCG may elect to provide some or all required BU parts and components as Government Furnished Equipment (GFE) IAW FAR Part 45, Govt Property. ����� Attachments Please review the attachments for diagrams, part numbers, SOW, �more detail of this requirement and Modification RFI Questionnaire. Additional Instructions Questions regarding this announcement shall be submitted to Domingo Cruz Jr. in writing by e-mail at Domingo.Cruz2@uscg.mil . Verbal questions will NOT be accepted. Questions will be answered by e-mail; accordingly, questions shall NOT contain proprietary or classified information. The Government does not guarantee that questions received after 15 days of the publication date of this RFI will be answered. This Request for Information does not constitute a RFP and is not to be construed as a request for an offer. Therefore, there will be no evaluation of responses to this notice for contract award purposes. Reimbursement will not be made for any cost associated with providing information in response to this announcement and any follow-up information requests. Responses and questions regarding this notice shall be submitted in writing to Domingo Cruz Jr. by email at Domingo.Cruz2@uscg.mil with a carbon copy to Matthew.L.Wallace@uscg.mil no later than Tuesday, Semptember�15 2020 at 12:00 PM (EST). Proprietary information, if any, should be minimized and MUST BE CLEARLY MARKED. Please be advised that submissions will not be returned.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/62ff01597c0f48dfb89ca88d16f43490/view)
 
Place of Performance
Address: Washington, DC, USA
Country: USA
 
Record
SN05766120-F 20200821/200819230207 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.