Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 16, 2011 FBO #3644
SOURCES SOUGHT

66 -- Rotor Track and Balancing Systems

Notice Date
11/14/2011
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-12RFIRM
 
Response Due
11/25/2011
 
Archive Date
1/24/2012
 
Point of Contact
Rebekah Massey, 2568424946
 
E-Mail Address
ACC-RSA - (Aviation)
(rebekah.j.massey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This market research is being conducted to identify commercially available Rotor Track and Balancing Systems that meet or exceed Army aviation (rotary aircraft) rotor track and balance requirements and meet or exceed the current Aviation Vibration Analyzer (AVA) device in use by the U.S. Army. The government requires a rotor track and balancing system that is a lightweight, one-person portable kit giving the U.S. Army unit-level and intermediate-level maintenance organizations the capability to safely perform helicopter main and tail rotor blade tracking and balancing for all U.S. Army helicopter models. This is not a Request For Proposal (RFP), or an Invitation For Bid (IFB), nor is it to be construed as a commitment by the government. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. For the below requirements, please submit your product information only if it meets all stated requirements. Required Capabilities: The rotor track and balancing system must provide the capability to rig for main and tail rotor blade tracking and balancing of all U.S. Army helicopters. The rotor track and balancing system must provide field technicians with a rugged, portable (no more than 60 pounds) and safe means of performing helicopter main and tail rotor blade once per revolution (1P) vibration maintenance, NP (N = number of rotor blades) vibration maintenance, and other rotating component-induced vibration identification by frequency. The rotor track and balancing system components/equipment must acquire, transmit, process, display and permanently record that data required to effect a vibration environment within aircraft specific maintenance goals. The rotor track and balancing system must record and process the acquired vibration data and display and record maintenance actions to reduce the vibration environment. The rotor track and balancing system must function effectively on all models of the following U.S. Army helicopters: CH-47, OH-6, UH 60, to include MH variants and meet Federal Aviation Requirements for use on the Light Utility Helicopter (LUH). Companies should not submit information for developmental products and should have already produced at least one fully functional, production representative unit. Please provide as much technical specifications as possible. Photographs depicting equipment layout are desired but not mandatory. This Request for Information (RFI) is issued for informational planning purposes only and does not constitute a solicitation or commit the Government to award a contract, now or in the future. Submitting information for the RFI is voluntary, and participants will not be compensated; this is not a request for proposal, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Instructions: If after reviewing these requirements, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements and the six items listed below: 1.Executive Summary 2.Company Capabilities to include both optimal monthly production capacity and maximum monthly production capacity 3.Detailed Product Description 4.Unit Cost Estimate (Assume buy quantity of 700) 5.Points of contact (including name, email address, phone number, and fax number) for customers currently using ground support equipment that your company has manufactured or is currently supporting logistically (if applicable) 6.Appendices (if required) The Government desires that interested sources provide the production unit cost of the system(s). For purposes of pricing, assume a buy quantity of 700. Please include both part number and catalog price for commercial items. Both large and small businesses are encouraged to participate in this market research. Questions relative to this market research should be submitted to Kimberly Davis or Kimberly Downs at agse.rfi@peoavn.army.mil or Rebekah.J.Massey@us.army.mil. The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat and addresses each of the above characteristics and any other important technical aspects of the product. In addition to an e-mail response, the Government requests interested sources provide two (2) hard copies of their response to be mailed to: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5309, Martin Road Attn: Rebekah Massey Building 5309, Sparkman Center Redstone Arsenal, AL 35898 Participants are also encouraged to complete the short Contractor Capability Survey as well. CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution. * Company Name: * Address: * City/State/Zip: * Point of Contact (POC): * Phone # for POC: * Fax # for POC: * E-mail Address: * CAGE Code: * Web Page URL: * North American Industry Classification System (NAICS) Code: * Based on this NAICS Code, state whether your company is: Large Business (YES/NO) Small Business (YES/NO) Woman Owned Small Business (YES/NO) Small Disadvantaged Business (YES/NO) 8(a) Certified (YES/NO) HUB Zone Certified (YES/NO) Veteran Owned Small Business (YES/NO) Service Disabled Small Business (YES/NO) Central Contractor Registered (YES/NO) * A statement as to whether your company's ownership is domestic or foreign (if foreign, please indicate the country of ownership). Part II. Capability Survey Questions 1. Provide a description of your company's current engineering and production capabilities. 2. Explain your company's quality and configuration control program for the manufacture of hardware (e.g. ISO 9000 series). Explain your process for submitting documentation to the Government relative to production process changes and diminishing manufacturing sources that ultimately affect yours and the Government's ability to provide/obtain repair parts needed for sustainment of systems procured. 3. If the system(s) has already been procured by other government organization, please provide the contract numbers. ADDITIONAL INFORMATION: There is no commitment by the Government to issue a solicitation, make an award or awards, or to be responsible for any monies expended by an industry in response to this RFI. If a solicitation is released, it will be synopsized in the Federal Business Opportunities website located at http://www.fbo.gov/. All information received in response to this RFI that is marked Propriety will be handled accordingly. Responses to the RFI will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/ea7886845262020613dd20b9007f70b2)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN02622924-W 20111116/111114234508-ea7886845262020613dd20b9007f70b2 (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.