Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 25, 2017 FBO #5573
SOLICITATION NOTICE

16 -- Request for Information (RFI) Sources Sought (SS) from Vendors for potential solutions for monitoring, recording, and analyzing Aircraft (A/C) anomalies on the CH-47F to support the complete lifecycle of their CH-47F Chinook heavy lift helicopters.

Notice Date
2/23/2017
 
Notice Type
Cancellation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) Aviation, SPARKMAN CIR BLDG 5303, Redstone Arsenal, Alabama, 35898-0000, United States
 
ZIP Code
35898-0000
 
Solicitation Number
W58RGZ17R0146
 
Archive Date
4/20/2017
 
Point of Contact
Gregory D. Minor, Phone: 2563135323, CHARLES EDWARD MALONE, Phone: 2568769119
 
E-Mail Address
gregory.d.minor2.civ@mail.mil, CHARLES.E.MALONE.CIV@MAIL.MIL
(gregory.d.minor2.civ@mail.mil, CHARLES.E.MALONE.CIV@MAIL.MIL)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI) Sources Sought (SS) from Vendors for potential solutions for monitoring, recording, and analyzing Aircraft (A/C) anomalies on the CH-47F to support the complete lifecycle of their CH-47F Chinook heavy lift helicopters. The Cargo Helicopters PMO is requesting information from vendors regarding industry practice and vendor capabilities to determine current and future industry capabilities for post-production hardware modifications for CH-47F aircraft. Synopsis : This RFI is for source planning purposes only and shall not be considered as an invitation for bid, requests for quotation, request for proposal, abstracts, or as an obligation on the part of the Government to acquire any products or services. Your response to the RFI will be treated as information only. No entitlement to payment, of direct or indirect costs, or charges by the Government will arise, as a result of a contractor's submission of a responses to this announcement' or the Government's use of such information. This request does not constitute a solicitation for future proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in developing its source acquisition strategy and statement of work/statement of objectives and performance specifications. The Government does not intend to award a contact solely on the basis of this RFI or to otherwise pay for the information submitted in response to this RFI. The US Army Cargo Helicopters Project Management Office (PMO) is conducting market research to determine feasibility for expanded fielding of its system for: identifying, recording and examining aircraft (A/C) anomalies; to provide guidance to the operator; and to support the complete lifecycle system for the CH-47F. 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 Cargo Helicopters PMO, 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. The US Army Cargo Helicopters PMO is seeking potential solutions for examining A/C anomalies to support the complete lifecycle of their CH-47F Chinook heavy lift helicopters. Cargo Helicopters PMO has expressed interest in expanding fielding of its existing system for detecting anomalies for the CH-47F A/C. The effort is expected to include a form, fit, and function system supporting Cargo Platform Health Environment (CPHE) currently fitted for the CH-47F, with all CPHE capabilities. The effort is expected to include, but be not limited to: •a. Compliance with existing CPHE hardware and software configuration •b. Compliance with CPHE Monitoring of components and integrate reporting through Remote Serial Interface Modules •c. Compliance with CPHE data capture and reporting on board •d. Compliance with CPHE data reporting off A/C data •e. Compliance with CPHE operational power requirement •f. Compliance with CPHE Software (SW) Data Source Collectors to record a wide variety of Data signals from varies source types •g. Compliance with CPHE all data transfer vehicles •h. Compliance with CPHE data formatting and data transfer to the Cargo Platform Health Environment (CPHE) Ground Station Application •i. Compliance with CPHE System of System data reporting, data transfer and processing at Unit and Fleet levels •j. There can be no special tools requirement for installation or maintenance of the system •k. Technical Publication - •a. Using the standard US Army technical publications, as a baseline, while including the incorporation of unique operation procedures for post-production modified A/C, for systems •b. Using the standard US Army technical publications, as a baseline, while including the incorporation of unique maintenance procedures for post-production modified A/C, for systems •l. Compliance with Army Unit Directorate of Information Management (DOIM) Information Assurance requirements •m. Compliance with Department of Defense (DoD) Risk Management Framework (RMF) •n. Compliance with CPHE Design Assurance Levels •o. Compliance with CPHE Safety Assessment report •p. Complaint with MIL-STD-810G, DoD Test Method Standard: Environmental Engineering Consideration and Laboratory Testing •q. Complaint with MIL-std-461c Electromagnet Emissions and Susceptibility Requirements for the Control of Electromagnet interferences •r. Complaint with MIL-STD-704A Electric Power Aircraft requirements •s. All software and hardware would have, at a minimum, Government Purpose Rights The purpose of this Request for Information (RFI) is to gather information that will assist the PMO in evaluating vendor capability of meeting its potential need. Acquisition Approach The US Army Cargo Helicopters PMO has not determined the acquisition approach. This market research will allow the PMO to make an informed decision about how to proceed. RFI Requirements - Description of Requested Information The Cargo Helicopters PMO is requesting information from vendors regarding industry practice and vendor capabilities to operate in compliance with the current CPHE configuration and standards to support he CH-47G complete lifecycle. •1. Provide company information including: •a. Company name and address •b. Size of company (number of personnel, total revenue, ownership, Parent Corporation, etc.) •c. Point(s) of contact including name, phone number, address, and email; length of time in business •d. Geographic presence •2. Describe your organization's experience with similar efforts •3. Address how your organization would be integrated into examining A/C anomalies to support the complete lifecycle of the CH-47F •4. Address what format the GFI would need to be in. •5. Address how to ensure an adequately experienced and trained staff, your process for verifying qualifications, educational, certification, and professional requirements and how often this information is obtained or updated •6. Provide cost estimates for release of the following •a. Hardware • i. Non Reoccurring Engineering (NRE) development • ii. Hardware Kits • iii. Technical Data package •b. Technical manuals: • i. Operator's Manual • ii. Operator's and Crewmember's Checklist • iii. Maintenance Test Flight Manual • iv. Preventative Maintenance Services Manuals • v. Aviation Unit Maintenance (AVUM) and Aviation Intermediate • vi. Interactive Electronic Technical Manual (IETM) Including Repair Parts and Special Tools List (RPSTL) •7. Provide recommendations and benchmark skills or criteria used to evaluate quality analysis, including analytic tools and writing techniques. •8. Identify conditions or issues requested in the RFI that cannot be met or may interfere with the intention of this project. •9. Provide any other pertinent information that will assist us in this assessment. All responses shall be submitted to the US Army Contracting Command, ATTN: CCAM-CH-B/Charles Malone, 5678 Hicks Road, Redstone Arsenal, AL 35898 or charles.e.malone.civ@mail.mil and courtesy copied to Cargo Helicopter Project Management Office, ATTN: SFAE-AV-CH-ICH/Ingrid Owens (Lead Acquisition Analyst), 5678 Hicks Road, Redstone Arsenal, AL 35898 or e-mail to ingrid.e.owens.civ@mail.mil. Your response is required no later than 1500 CDT 5 April 2017. All questions and comments must be in writing (electronic e-mail responses are acceptable), and no telephone calls will be accepted. 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. The submission of this information is for planning purposes and is not to be construed as a commitment by the Government to procure any services, nor does the US Army intend to award on the basis of this request for Sources Sought or otherwise pay for the information solicited. All material submitted in response to the RFI must be unclassified.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0a57e5277e622c22f88ef4a3f4a3face)
 
Place of Performance
Address: ACC-RSA- (Aviation) ATTN: CCAM, Building 5303 Martin Road, Redstone Arsenal, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04413190-W 20170225/170223235616-0a57e5277e622c22f88ef4a3f4a3face (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.