SOURCES SOUGHT
16 -- PITOT STATIC TEST SET (PSTS) - Request for Information
- Notice Date
- 11/17/2017
- Notice Type
- Sources Sought
- NAICS
- 334513
— Instruments and Related Products Manufacturing for Measuring, Displaying, and Controlling Industrial Process Variables
- 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
- W58RGZ-PSTS-RFI
- Archive Date
- 12/30/2017
- Point of Contact
- Christopher R. Clemons, Phone: 2563131159, Yasmine Clanton, Phone: 2568765427
- E-Mail Address
-
christopher.r.clemons2.civ@mail.mil, yasmine.clanton.civ@mail.mil
(christopher.r.clemons2.civ@mail.mil, yasmine.clanton.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- DISTRIBUTION STATEMENT A: Approved for public release; distribution is unlimited Subject: Request for Information (RFI) Project Name: PITOT STATIC TEST SET (PSTS) Owner: Program Executive Office Aviation, Project Manager Aviation Systems, Product Manager Aviation Ground Support Equipment, Redstone Arsenal, 35898 Contracting Office: US Army Contracting Command (Aviation), ATTN: CCAM-AR-C, Building 5309, Martin Road, Redstone Arsenal, AL 35898-5280 PURPOSE: The Aviation Ground Support Equipment Product Management Office (AGSE PMO) located at Redstone Arsenal, Alabama is interested in gathering information on commercially available Pitot Static Test Sets that meet requirements necessary to complete maintenance on Army rotary wing aircraft DISCLAIMER: This RFI is issued solely for information gathering purposes; this RFI does not constitute a formal solicitation for proposals. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not provide reimbursement for costs incurred in responding to this RFI. No classified information should be included in the RFI response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI. MINIMUM CAPABILITIES REQUIRED: •1. Provide a means to verify the functioning and accuracy of pitot static systems on all Army aircraft with baro-metric flight instruments. The PSTS will provide this capability in garrison (on the flight line) and wherever Army Aviation units are deployed. •2. Have self-test capability. •3. Provide fail-safe protection of instruments under test. •4. Have a visual warning system to monitor unsafe conditions for the tester and aircraft systems during testing. •5. Have digital readout display capable of being read in direct sunlight. •6. Have integral vacuum and pressure supplies capable of independent operations. •7. Be capable of verifying altitudes from -1,500 to +50,000 feet sea level. •8. Be capable of measuring air speed from 20 to 400 knots. •9. Have a range of 6,000 feet per minute rate of climb and descent. •10. Operate in temperatures from -23 degrees Celsius (C ) to +52 degrees C and be stored in temperatures from -40 degrees C to +70 degree C. •11. Be operable using 28 volts direct current +8 to -12 volts, 2 amperes, 110 to 120 volts alternating current and 50 to 400 hertz single phase. Electric power may be powered by a rechargeable battery to provide an alternate power source for the PSTS. •12. Require no more than 30 minutes warm up for instrument accuracy. •13. Will include any special power cables assemblies, air hose assemblies, special connectors, adapters, and/or Tees as necessary to connect the PSTS with each type of Army aircraft to test primary, secondary/backup stand by flight systems and Pitot Static and Pitot Pressure Ports. •14. Be easily carried by two Soldiers, but must be light weight enough to be carried by one Soldier if necessary. •15. Weigh less than or equal to 82 pounds. •16. Be accurate to 10 feet or 0.1 percent of the command entered. •17. Be accurate to 1.5 knots between 20 and 60 knots and 1.0 knots above 60 knots. •18. Be capable of verifying encoded altitude measurements from -1,500 to 50,000 feet at 100 foot increments. Instructions: After reviewing the requirements, if you desire to participate in this RFI, you should provide documentation that support your organization's capability in meeting the requirements. Failure to provide requested and supporting documentation may result in the Government being unable to adequately assess your capabilities and PSTS market availability. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement. Participants are encouraged to explain in detail any business and engineering practices used to manufacture the PSTS. Please provide as much technical data and specifications as possible. Photographs are welcomed. You are also encouraged to identify known and potential problem areas and solutions. It is the Government's desire that interested participants provide the production unit cost and part number of the system(s) submitted in their response. 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. Please provide the following information for your organization and for any teaming or joint venture partners: 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) Please provide a statement as to whether your company's ownership is domestic or foreign (if foreign, please indicate the country of ownership). QUESTIONNAIRE: What is the weight and dimensions of your PSTS? Where is your PSTS manufactured? What is the estimated lead-time for first article production? Follow-on production? Maximum manufacturing capacity per month? Per year? Describe your organization's experience in designing and manufacturing the requested hardware. Explain your Quality and Configuration Control Program and how they align with ISO 9001 and 9002 series. Explain your process for submitting documentation to the Government relative to diminishing manufacturing sources that ultimately affect repair parts availability and overall system life cycle sustainment. •7. Provide your product military sales history by contract number, date, customer(s) and quantities. Describe your capability to add/increase production if situations require, include how this would be accomplished, required ramp up time, etc. Describe your inspection program. •10. Describe your warranty period, processes and procedures. •11. Describe whether and how your products are manufactured to meet OSHA/AFOSH/FAA requirements. Describe the type tests your PSTS have/must complete prior to sale to the commercial community. For example, have you conducted environmental testing, etc.? Can documented test results be provided upon request? •13. Describe your experience with developing Government technical manual. Explain whether you accomplish this using your own workforce or is it out sourced? •14. Describe your experience with developing Government Provisioning Data. Explain whether you accomplish this using your own workforce or is it out sourced? Do you provide operation and maintenance manuals with your products? If so, briefly describe the contents. •16. Based on your review of the capability requirements, describe any material that may be considered a major, critical contributor to the overall cost and production time of the maintenance stand. •17. Describe your knowledge or experience in developing a technical data package that complies with Government specifications per DI-SESS-81000 •18. Describe your willingness to provide a demonstration of your product and the required time to execute once notified by request. •19. Describe your experience in developing training instructions in multi-media format. Describe your experience with Product Verification Testing, Logistics Demonstration and Acceptance Testing. Describe your organization's process for tracking program risks, administer mitigation strategies to eliminate risk or reduce to an acceptable level. Response to all of the areas requested by this RFI is required NLT 30 days after posting date. POINT OF CONTACT : Please submit responses to this RFI via email (phone inquiries will not be accepted) to: Christopher Clemons Contract Specialist ACC-RSA, CCAM-AR-C christopher.r.clemons2.civ@mail.mil Or Yasmine Clanton Contracting Officer ACC-RSA, CCAM-AR-C yasmine.clanton.civ@mail.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/9c9110de12836b153f9539bf46cbb7bd)
- Record
- SN04743735-W 20171119/171117230844-9c9110de12836b153f9539bf46cbb7bd (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 |