Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 29, 2018 FBO #6092
SOURCES SOUGHT

B -- REQUEST FOR INFORMATION - SOURCES SOUGHT - SUPPORT SERVICES FOR THE H-60 HELICOPTER

Notice Date
7/27/2018
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
W58RGZ18R0034
 
Archive Date
8/28/2018
 
Point of Contact
Frances R. Steel, Phone: 2568422492, Frances R. Steel, Phone: 2568422492
 
E-Mail Address
frances.r.steel.civ@mail.mil, frances.r.steel.civ@mail.mil
(frances.r.steel.civ@mail.mil, frances.r.steel.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY - This RFI is issued solely for planning purposes and shall not be considered as an invitation to bid, request for quotation, request for proposal, abstract or as an obligation onthe part of the United States Government to acquire any products or services. 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. The purpose of this RFI is to gather information that will assist the Utility Helicopters Project Office in evaluating vendor capability. 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 a contract which includes provisions for Cost Plus Fixed Fee (CPFF) and Firm Fixed Price (FFP) for the requirements outlined below. The anticipated contract period of performance is 2019 through 2023. 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 a ll 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 UH PO, Program Executive Office, Aviation (PEO Aviation). SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. I nc l ude whether or not you are a small bus i nes s ; HUB-Zone Small Business; Service-Disabled Veteran Owne d, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business i n order to assist the Government i n determining the appropriate acquisition method, i ncluding 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 "best" 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 XXXXXXXXXXXX. 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 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/bbead0dbc188096f835943995a6481f9)
 
Place of Performance
Address: ACC-RSA (Aviation), ATTN: CCAM-BHA, Bldg 5308, Martin Road, Redstone Arsenal, Alabama, 35897-5280, United States
Zip Code: 35897-5280
 
Record
SN05011085-W 20180729/180727231149-bbead0dbc188096f835943995a6481f9 (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.