Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 05, 2025 SAM #8775
SOURCES SOUGHT

M -- MH-65 Environmental Control System (ECS), Procurement and Sustainment; Request for Information (RFI)

Notice Date
12/3/2025 12:19:45 PM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03826IB0000024
 
Response Due
12/19/2025 9:00:00 AM
 
Archive Date
01/19/2026
 
Point of Contact
Mary Elaina Price, Phone: 2523356372, Alyson Harrison, Phone: 5716135816
 
E-Mail Address
elaina.m.price@uscg.mil, alyson.s.harrison2@uscg.mil
(elaina.m.price@uscg.mil, alyson.s.harrison2@uscg.mil)
 
Description
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 MH-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. Please respond to the following questions in addition to submission of your company�s capability statement: Is your business a large or small business? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified ""hub zone"" firm? Is your firm a woman-owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a GSA schedule? Do you have other government agencies using the product, and if so which agencies, POC's and contract numbers? If possible, any POC's for civilian users for general usage of product questions. Additional Project Details and Objectives 1.0 Scope The environmental control system for cooling may be installed in all MH-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 MH-65 is a derivative of the Airbus Helicopters 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 original avionics system of the MH-65 aircraft has been upgraded to a Common Avionics Architecture System (CAAS) 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 MH-65 avionics system. However, there is a now a greater need for cooling air in the cabin. The MH-65 was originally equipped with a bleed air ECS. The bleed air cooling system was removed early in the development of the MH-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 information must include information on their ability to supply an Engineer on-site throughout the development and integration phase. The Contractor Engineer would interface daily with ALC 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 a response to this RFI, the vendor will be responsible for the 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 vendor 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. Enclosures: *See attachments 1, 2, & 3* H-65 Environmental Control System (ECS), Performance Objectives H-65 Data ECS Compartment CAD model Closing date and time for receipt of response is December 19, 2025 at 12:00pm EST. Telephone responses will not be accepted. Responses should be submitted to Elaina.M.Price@uscg.mil. Please indicate 70Z03826IB0000024 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/workspace/contract/opp/2a24a13e3f784220a37e59dc71cd71bb/view)
 
Record
SN07656817-F 20251205/251203230037 (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.