SOURCES SOUGHT
B -- REQUEST FOR INFORMATION - SOURCES SOUGHT - SUPPORT SERVICES FOR THE H-60 HELICOPTER
- Notice Date
- 12/9/2014
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ15R0108
- Response Due
- 1/22/2015
- Archive Date
- 2/21/2015
- Point of Contact
- Frances Steel, (256)842-2492
- E-Mail Address
-
ACC-RSA - (Aviation)
(frances.r.steel.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Description: THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. It is contemplated that award would be made on an Other Than Full and Open Competition (FAOC), Sole Source basis in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The Government is considering solicitation and award of a contract which includes provisions for Cost Plus Fixed Fee (CPFF) for the requirements outlined below. The anticipated contract period of performance is October 2016 through September 2021. This RFI is applicable to the following UHPO Mission Design Series (MDS): UH-60M, HH-60M, UH-60L, HH-60L, UH-60A and HH-60A for Army, Department of Defense (DoD) agencies, Foreign Military Sales (FMS) and Other Government Agencies (OGA). The Government does not own the complete H-60 Technical Data Packages (TDPs) that established the current and baseline H-60 MDS configurations, including system/subsystems drawings, tooling drawings, software source code or models and simulations. The intent of this RFI is to determine industry capabilities to design, develop, test, integrate, validate and verify hardware and software systems, subsystems and system of systems, maintain configuration management, develop and update the Integrated Logistics Support (ILS) documentation to support each H-60 MDS configuration. System and subsystems must meet Airworthiness Release (AWR) criteria and be able to be integrated into the UH-60M and HH-60M production helicopters via Engineering Change Proposals (ECP), with an objective of integrating common systems and subsystems into all H-60 MDS configurations while minimizing the logistics infrastructure. The vendor must be capable of sustaining and maintaining the inherent H-60 MDS configuration over its lifecycle that maintains the inherent technical, suitability and functional performance, safety, reliability, sustainability and maintainability characteristics. The vendor must maintain an office with technical, logistic and contracting personnel in the Huntsville, AL vicinity. The vendor must be able to obtain and maintain personnel and facilities at the SECRET clearance level. The Government desires that all software and hardware have, at a minimum, Government Purpose Rights (GPR) and software development meets Capability Maturity Model Integration (CMMI) level III criteria and processes. The vendor must be capable of complying with the Safeguarding of Controlled Unclassified Technical Information clause in DFARS 252.204-7012, have a Cybersecurity program that follows the NIST Framework for Improving Critical Infrastructure Cybersecurity document at a minimum, and subsequent compliance assessments performed by the Government. RFI Requirements - Description of Information Requested 1.Provide company information including: a.Company name and address. b.Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.). c.Point(s) of contact including name, phone number, address, and email and length of time in business. d.Geographic presence. 2.Describe your organization's experience with similar efforts. 3.Describe how your organization would support the complete lifecycle of each H-60 MDS as outlined in this RFI: a.TDP availability b.System Safety c.Production Integration d.Inherent system performance and suitability e.ILS and associated documentation f.Facilities and personnel resources g.Flight Operations 4.Address how to ensure an adequately experienced and trained staff, your process for verifying qualifications, education, certification, and professional requirements and how often this information is obtained or updated. 5.Describe how your organization's Cybersecurity policy and practices align with the provided references. 6.Provide recommendations on benchmark skills or criteria used to evaluate quality analysis, including analytic tools and writing techniques. 7.Identify conditions or issues requested in the RFI that cannot be met or may interfere with the intention of this project. 8.Provide any other pertinent information that will assist us in this assessment. This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities, and recommendations in developing proposals for the UHPO, Program Executive Office, Aviation (PEO Aviation). SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUB-Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are quote mark best quote mark estimates only. All interested firms with capabilities identified herein are encouraged to respond to this RFI by Technical questions, data requests and inquiry. The response date for this market research is January 22nd, 2015. No collect calls will be accepted. All responses to this RFI may be submitted via e-mail to Frances R. Steel, Contracting Officer, at frances.r.steel.civ@mail.mil, courtesy copy to Chiquita Porter, Contract Specialist, at Chiquita.n.porter.civ@mail.mil. The phone number for the Contracting Officer is (256) 876-2492 or for Ms. Porter (256) 313-5655. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 25 pages in length and may include technical specifications and product sheets as deemed necessary. All material submitted in response to this RFI must be unclassified.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/f50a23fdf99fd4bf981c52a45b15d437)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5303, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN03591645-W 20141211/141209235038-f50a23fdf99fd4bf981c52a45b15d437 (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 |