SOURCES SOUGHT
16 -- Repair and overhaul services above the unit level for the Basic Medical Interior (BMI) patient handling system currently installed in the HH-60M Medical Evacuation (MEDEVAC) Black Hawk aircraft.
- Notice Date
- 12/12/2014
- 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
- W58RGZ15R0117
- Response Due
- 12/29/2014
- Archive Date
- 2/10/2015
- Point of Contact
- Robin O. Scarbrough, (256) 313-8238
- E-Mail Address
-
ACC-RSA - (Aviation)
(robin.olivia.scarbrough@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- The U.S. Army Contracting Command - Redstone Arsenal (ACC-RSA) is issuing this Sources Sought Synopsis as a means of conducting market research to identify parties having an interest in and the resources to support this requirement of repair and overhaul services above the unit level for the Basic Medical Interior (BMI) patient handling system currently installed in the HH-60M Medical Evacuation (MEDEVAC) Black Hawk aircraft. The repair services would consist of teardown, inspection, repair and overhaul on the Basic Medical Interior installed in the HH-60M MEDEVAC helicopters. The result of this market research will contribute to determination of an appropriate acquisition strategy for the Government. The applicable North American Industry Classification System (NAICS) code is 336413. This Sources Sought is used for information and planning purposes only and does not constitute a solicitation. It is not an Invitation to Bid (ITB) or Request for Proposal (RFP). No contract will be awarded as a result of this request. Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding on the Government. All information received in response to this Sources Sought that is marked quote mark proprietary quote mark will be handled accordingly and will not be returned. In accordance with Federal Acquisition Regulation (FAR) 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are responsible for all expenses associated with responding to the Sources Sought. Purpose: The purpose of this Sources Sought is to identify potential sources capable of providing Teardown & Evaluation (T&E), repair and overhaul services of the Basic Medical Interior patient handling system above the unit level on the HH-60M MEDEVAC helicopters. This would include the necessary parts (consumable and/or repairable), labor, facilities, testing, packaging, and return shipment of Government owned equipment. As part of the repair effort, the contractor shall provide restoration or replacement of equipment, parts or components as necessitated by wear and tear, damage, or failure in order to return them to the OEM's applicable technical specifications and to a serviceable operating condition. The Government anticipates awarding a new 60 month Requirements Contract pursuant to Federal Acquisition Regulation (FAR) 52.216-21 for the Teardown and Inspection (T&I) and subsequent Repair and Overhaul (R&O) of the HH-60M Basic Medical Interior patient handling system not available in the commercial marketplace. This effort is anticipated to be procured on a Firm Fixed Price (FFP) Services contract. HH-60M Basic Medical Interior (BMI) System Requirements: a.The subassemblies involved in supporting the teardown, inspection, repair and overhaul on the this Basic Medical Interior specifically include these subassemblies: 709-9011 - Litter Lift Colum 709-9012 - Litter platform 709-9014 - AP Seat Kit 709-9026 - Overhead light module 709-9032 - Component Module 709-9042 - Restraint Kit 709-9044 - Overhead Control Panel 709-9054 - Side Control panel 709-9112 - Litter Lift Interface 709-9113- A/P Seat Interface b.Unique test equipment required to perform the overhaul of the HH-60M includes: Cirris 1000H with a custom program to check harness continuity Test Bench: Custom made test panels for multiple assemblies Custom made test harnesses for multiple assemblies Mock Black Hawk which includes a complete side of all assemblies for functional testing Multiple assembly aids used to verify proper assembly c.Technical Data Package - The Basic Medical Interior installed in the HH-60M MEDEVAC was developed with internal funding from Air Methods Corporation (AMC), therefore, the Government does not own the technical data rights. Evaluation: The Government will evaluate market information to ascertain potential industry capabilities to: 1) Provide services consistent in scope and scale with those described in this notice and otherwise anticipated. 2) Secure and apply the full range of corporate financial, human capital, and technical resources required to successfully perform similar requirements. 3) Implement a successful project management plan that includes: compliance with tight program schedules, cost containment, meeting and tracking performance, hiring and retention of key personnel and risk mitigation. 4) Provide services under an Indefinite Delivery Indefinite Quantity (IDIQ) contract. 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 Business, 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. Submission Instructions: Interested parties who consider themselves qualified to perform the above-listed services are invited to submit a response to this Sources Sought Announcement by 15 days from date of issuance. All responses under this Sources Sought Notice must be emailed to the Contracting Officer at shirley.b.ross2.civ@mail.mil. If your organization has the potential capacity to perform these contract services, please provide the following information: 1)Organization name, address, email address, web site address, telephone number. 2) Size and type of ownership for the organization (number of personnel, total revenue, ownership, CAGE code, parent corporation, etc.). 3)Point(s) of contact including name, phone number, address, email and length of time in business. 4)Describe your organization's experience with similar efforts. 5)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. 6)Tailored Statement of Capabilities (SOC) addressing the particulars of this effort, with appropriate documentation, supporting claims of organizational and staff capabilities identifying corporate experience in providing some or all of the tasks outlined in this Sources Sought. 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 Sources Sought must be unclassified. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. If you have any questions concerning this opportunity please contact the Contracting Officer, Shirley Ross, by email at shirley.b.ross2.civ@mail.mil or the Contract Specialist, Robin Scarbrough, at by email at robin.o.scarbrough.civ@mail.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/6a261245442b5ba90b55e685d85ae471)
- 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
- SN03594767-W 20141214/141212234216-6a261245442b5ba90b55e685d85ae471 (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 |