SOURCES SOUGHT
15 -- H-60 MEDICAL EVACUATION FOR THE HOIST CABLE STABILIZATION SYSTEM
- Notice Date
- 10/2/2020 11:48:47 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
- ZIP Code
- 35898-0000
- Solicitation Number
- PANRSA20P0000020217
- Response Due
- 11/30/2020 10:00:00 AM
- Archive Date
- 12/15/2020
- Point of Contact
- Virginia Adkins, Stephanie F. Boles
- E-Mail Address
-
virginia.m.adkins.civ@mail.mil, stephanie.f.boles.civ@mail.mil
(virginia.m.adkins.civ@mail.mil, stephanie.f.boles.civ@mail.mil)
- Small Business Set-Aside
- SBA Total Small Business Set-Aside (FAR 19.5)
- Description
- SOURCES SOUGHT TECHNICAL DESCRIPTION FOR H-60 MEDICAL EVACUATION FOR THE HOIST CABLE STABILIZATION SYSTEM INTRODUCTION The Army Contracting Command � Redstone, Redstone Arsenal, AL, is issuing this sources sought synopsis as a means of conducting market research to identify potential sources having an interest and industry technologies available to support/provide the H-60 Medical Evacuation (MEDEVAC) fleet with a system to eliminate oscillation and spin of the helicopter hoist cable during operations. The result of this market research will contribute to determining the method of procurement, if a requirement materializes. Based on the responses to this sources sought notice/market research, this requirement may be set-aside for small businesses (in full or in part) or procured through full and open competition. Multiple awards may be made. All small business set-aside categories will be considered. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding submissions. DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL (RFP) TO BE SUBMITTED. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The H-60 MEDEVAC Product Office is designated as the product manager for the U.S. Army�s H-60 MEDEVAC aircraft and, will be the recipient customer of the products sought. The Government is seeking to incorporate this technology into the system, in an effort to eliminate oscillation and spinning of the helicopter hoist cable during operations. This technology is currently not available for the H-60 MEDEVAC aircraft. � REQUIRED CAPABILITIES The Government requires a system to be installed on a patient litter being lifted to the aircraft that enables smooth hoisting operations without oscillation or spin. The intent of this Sources Sought is to assess the state-of-the art of the technology available in oscillation reduction and anti-spin products that could be applied to meet this requirement. The Government envisions a solution for hoist cable stabilization that meets the following operational and program requirements: Non-Developmental Item. The hoist cable stabilization system should be a non-developmental item to the maximum extent possible.� The hoist maximum lift capability is 600 pounds.� Qualification. The hoist cable stabilization system must be qualified and demonstrate compliance to the U.S. Army Aeromedical Research Laboratory (USAARL) Joint Enroute Care Equipment Test Standard (JECETS). �Proof of qualification or at least path to qualification should be addressed in the response. Maintenance, Inspection and Repair. The Government desires a system with minimal maintenance and inspection requirements at the organizational level. The system should also be easily repairable for deployed units. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. �Any resulting contract shall be compliant with the specialty metals restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 252.225-7008 and 252.225-7009. ELIGIBILITY The applicable NAICS code for this requirement is 336413, with a Small Business Size Standard of 1,250. The Product Service Codes (PSC) are K015, Modification of Equipment- Aircraft and Airframe Structural Components, and 1520 (Aircraft, Rotary Wing). SUBMISSION DETAILS Interested businesses should submit a brief capabilities statement package (no more than ten 8.5 X 11 inch pages, font no smaller than 10 point) demonstrating ability to provide the products/systems listed in this Technical Description. Documentation should be in bullet format. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. Your response to this Sources Sought, including any capabilities statement, shall be electronically submitted to the Contract Specialist, Virginia M. Adkins, virginia.m.adkins.civ@mail.mil, via email in either Microsoft Word or Portable Document Format (PDF), no later than 12:00 p.m. CDT, on 30 November 2020.� Reference this synopsis number in subject line of the email and on all enclosed documents. Information and materials submitted in response to this request WILL NOT be returned. �DO NOT SUBMIT CLASSIFIED MATERIAL. If your organization has the potential capacity to provide the required products/systems, please provide the following information: 1) Organization name, address, primary points of contact (POCs) and their email address, web site address, telephone number, and type of ownership for the organization; and 2) Tailored capability statements addressing the requirements of this notice, with appropriate documentation supporting claims of organizational and staff capability. If significant subcontracting or teaming is anticipated in order to deliver technical capability, organizations should address the administrative and management structure of such arrangements. All data received in response to this Sources Sought that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/e540d06dfbfd469eb583e0cb5ca8f31d/view)
- Record
- SN05818146-F 20201004/201002230147 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |