SOURCES SOUGHT
16 -- H-65 Automatic Flight Control System - Draft Statement of Work
- Notice Date
- 6/19/2012
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-12-I-200017
- Archive Date
- 7/21/2012
- Point of Contact
- Crissy Taber, Phone: (252) 335-6141, Ryan M. Suchy, Phone: 2523345472
- E-Mail Address
-
Crystal.G.Taber@uscg.mil, Ryan.M.Suchy@uscg.mil
(Crystal.G.Taber@uscg.mil, Ryan.M.Suchy@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft Statement of Work This is a Request for Information (RFI) only released pursuant to Federal Acquisition Regulation 15.201(e). This is not a solicitation/request for proposal and no contract shall be resultant from this RFI. This RFI is for information and planning purposes only and is not to be construed as a commitment by the Government. 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. This RFI is being issued to solicit feedback on the draft Statement of Work (SOW) and draft System Specification for the replacement of the Automatic Flight Control System utilized on the United States Coast Guard's (USCG) MH-65 helicopter. This is intended to be an opportunity for qualified suppliers to provide suggestions to improve the documentation that may be included in the future acquisition of an AFCS. Proposals are not requested at this time and will not be reviewed. To obtain copies of the draft System Specification, offerors must comply with the requirements listed in the draft SOW. After the review of the responses to this sources sought announcement, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the Federal Business Opportunity (FBO) website. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation. 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. Closing date and time for receipt of response is 06 July 2012, 4:30 p.m., EST. Responses must either be received via email at ryan.m.suchy@uscg.mil AND crystal.g.taber@uscg.mil with the following in the subject line "MH-65 AFCS Comments, Company Name" or at the following address by the closing date and time: Contracting Officer - AFCS Attn: Ryan Suchy or Crissy Taber SRR Division Hangar 75 1664 Weeksville Road USCG Aviation Logistics Center Elizabeth City, NC 27909-5001 Telephone responses will not be accepted in response to this RFI. Correspondence must include a company point of contact with cage code, address, phone number and email address. At the discretion of the Contracting Officer, the USCG may use all or part of any suggestions or questions received in future correspondence regarding the AFCS acquisition. The original author will not be identified. The USCG may consider the information provided by qualified suppliers in the development of acquisition documents and planning for the MH-65 AFCS acquisition. However, the USCG is not required to change or add any requirements to any future AFCS procurements based on the responses received as a result of this RFI. Additional Project Details 1.0 Scope. The AFCS may be installed in all MH-65 aircraft. The requirement may include integration, mandatory performance based logistics support and sparing supply. The system specification and associated support plan are designed to minimize USCG inventory requirements. 2.0 Background. The USCG currently operates 101 MH-65 aircraft. The aircraft is in the process of being upgraded by incorporation of the US Army Common Avionics Architecture System (CAAS). The AFCS will be integrated with the proven flight director in CAAS. The MH-65 is a derivative of the Eurocopter Dauphin aircraft. The current configuration is similar to the AS 365N3. The aircraft was originally built to Federal Aviation Regulation (FAR) part 29 standards. Modifications to the aircraft are designed to current FAR part 29 standards with exceptions approved for USCG specific requirements. 2.1 Technical Data. The USCG has limited data rights for the MH-65 aircraft. Design data available for the AFCS integration has been developed through measurement and test. The technical requirements include a system specification, aerodynamic model & flight test data and a Government defined integration plan. Companies must comply with the requirements listed in the draft SOW in order to receive access to technical data. Technical documents will not be posted to the FBO website. 2.2 Schedule. The current plan is to issue a request for proposals in the 4th quarter of FY12. Award is planned for early/middle FY13. 3.0 Modernization Planning. The MH-65 avionics systems improvement includes replacing legacy analog equipment with current available commercial and Government-supplied components. The system now includes dual Honeywell HG764/GU Embedded GPS Inertial Navigation systems (EGI) and a HG7210CA01 RADAR Altimeter system (RADALT). The flight management system will be incorporated in the Collins CDU-7000 and other processors. The AFCS will be fully integrated with the flight management system. The complete system will be capable of full control of all axes of flight from a stable hover to flight and back to a stable hover at a designated position. AFCS mode annunciation will be incorporated into the CAAS display system. All lighting, displays, controls and indicators will be optimized for viewing with the unaided eye and compatible with aircrew Night Vision Goggle (NVG) operations. For planning purposes, it should be assumed that the AFCS will be certified under FAR 29. However, the USCG will manage the airworthiness certification. The FAA will not actively participate in the process. 3.1 Support. A Performance Based Logistics (PBL) support strategy is desired. The support requirement is defined in the SOW for the acquisition. System performance parameters offered in response to the solicitation may be incorporated into required performance in the support contract. The support contract includes performance guarantees in the form of liquidated damages related to USCG availability targets. 3.2 Open Architecture & Documentation. The AFCS will be designed to incorporate an open architecture design philosophy to the greatest extent possible and use standard Government and commercial protocols. The system should minimize proprietary interfaces and systems. The requirement includes thorough documentation. Data developed at Government expense will be used by the Government without restriction. 3.3 Integration. The USCG will integrate the AFCS into the MH-65E airframe. The AFCS supplier will be required to support the integration effort. The acquisition documentation includes a Government defined integration plan for development and certification of the AFCS installation in the MH-65. The Government will provide and operate a test aircraft complete with flight test instrumentation. Potential suppliers will be provided with an opportunity to offer alternative plans that would reduce cost and delivery time for the Government. 3.4 Acquisition Documents. The USCG documents listed below are available from the USCG. Before obtaining copies of these documents, 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/. After ensuring registration, the contractor shall complete DHS Form 11000-6, Sensitive but Unclassified Information Non-Disclosure Agreement and return with a written request to ryan.m.suchy@uscg.mil. The contractor shall include the preliminary qualification information listed in the AFCS Supplier Requested Information section below if requesting the technical documents listed in section 3.4.1. Copies will not be posted to the FBO website. 3.4.1 Technical Documents. 3.4.1.2 Specification. System Specification for the MH-65E Automatic Flight Control System, Revision - 2, 21 May 2012 3.4.1.3 Integration Plan. Government Defined Integration Plan for the USCG MH-65E Automatic Flight Control System, dated 21 May 2012 3.4.1.4 Aerodynamic Data. The Aero Data model will be available to qualified bidders during the actual solicitation phase. No requests for Aero Data will be approved during the Request for Information phase. 4.0 Supplier Qualification. The supplier must be an original equipment manufacturer for AFCS. The supplier must have been approved by the US Department of Defense (DOD) as an aircraft AFCS supplier or have been included as part of an approved type certificate or supplemental type certificate for AFCS on US commercial aircraft by the Federal Aviation Administration. Alternately, the best value source selection team may determine that a supplier has equivalent qualifications. The supplier must have experience working with civil and military airworthiness authorities. 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. AFCS Supplier Requested Information 1) Provide documentation to verify that the supplier's baseline AFCS has been approved by the DOD or included as part of a FAA type certificate or FAA Supplemental Type Certificate (STC) 2) Describe the supplier Depot Repair capability. Include at least the following information: • FAA Repair Station Certificate including AFCS • Statement describing the supplier's plan to meet the CG requirement to return repaired assets in 28 days • List OEM publications and describe update process • Procedures to meet the certification requirements in the SOW 3) Provide the address of the supplier's permanent presence in the United States. Provide the names, qualifications and phone numbers for the supplier's English speaking technical support personnel. 4) The USCG is contemplating a ten (10) year contract consisting of a 24-month base contract period (commencing on the effective date of contract award) and eight (8) twelve-month option periods. • Do you have any concerns regarding this period of performance? • Can you accurately reflect your costs for this period of performance? • If you currently participate in long-term contracts, how are future years priced (i.e. fixed pricing, adjusted via Bureau of Labor indices, etc.)? • If Bureau of Labor indices are utilized, what indices are used for adjusting material prices? Labor prices? If multiple indices apply, please provide the weighting you typically utilize • Do you participate in long-term contracts with your commercial suppliers or commercial/military customers? If so, what is your typical or industry standard for contract length to include the identification of base and option years? 5) Do you have any comments or suggestions on the adequacy of the draft SOW and/or draft System Specification, to include any recommended changes/deletions/additions? 6) Do you have any suggestions on how to revise or restructure the requirement to reduce costs? 7) Are there any areas of the draft SOW or draft System Specification that are unclear or ambiguous? 8) Do you plan to take exception to any areas of the draft SOW or draft System Specification? 9) Provide any additional comments/information you may have regarding this procurement.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-12-I-200017/listing.html)
- Record
- SN02779600-W 20120621/120619235151-7d52a95dece69033fe26c7f751089794 (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 |