Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF NOVEMBER 21, 2024 SAM #8395
SOURCES SOUGHT

M -- MH-65 Night Vision Imaging System (NVIS) Compatible Light Capsules and Housing; Request for Information (RFI)

Notice Date
11/19/2024 5:11:54 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825IB0000002
 
Response Due
12/6/2024 11:00:00 AM
 
Archive Date
01/06/2025
 
Point of Contact
Destiny Ornelas, Phone: 2523356821
 
E-Mail Address
destiny.a.ornelas@uscg.mil
(destiny.a.ornelas@uscg.mil)
 
Description
Amendment 2: Extending the deadline to December 6, 2024. The OEM for the LED Light Capsules is Korry Electronics. Amendment 1: Correction Table 4.1 mentioned in paragraph 5.4 is table 7.2 on page 8 in the attachment RFI 70Z03825IB0000002. Request for Information (RFI): ***SEE ATTACHED PDF RFI 70Z03825IB0000002 FOR FULL DESCRIPTION AND REQUIREMENTS*** This requirement is for a form, fit, and function replacement of H-65 legacy Night Vision Imaging System (NVIS) compatible incandescent light indicators for the United States Coast Guard (USCG) H-65 Helicopter. The requirement includes procurement of new production Light Emitting Diode (LED) indicators, and miscellaneous replacement parts. Engineering support services, design modification, and product improvement efforts may also be performed under this contract. The classification RFI indicates a part that is airworthy and ready for installation in a USCG aircraft. The USCG operates a fleet of ninety (90) MH-65 aircraft. The MH-65 fleet is being modernized in phases referred to as discrete segments. The final planned phase of development is referred to as discrete segment six (DS-6). DS-6 includes the addition of a modern flight deck display system and Automatic Flight Control System (AFCS) improvements. When DS-6 is completed, the aircraft will be designated as the MH-65E. This upgrade includes extensive modifications of the aircraft electrical systems. New LED indicators for the instrument panels are required to replace the obsolete incandescent indicators to support electrical panel operation for the next 20 years. The aircraft is NVIS compliant, and all LED indicator assemblies must be manufactured in compliance with NVIS compatibility standards. Newly designed and manufactured LED indicator assemblies shall fit current MH-65E panel cut outs and interface with existing wiring detailed in this SOW. Replacement LED indicators shall be a form fit replacement of the legacy indicators PARTS in table 2.1 (see attached PDF) and shall physically interface with current aircraft panels. Additionally, indicators shall interface electrically requiring only minimal aircraft wiring changes to accommodate LED requirements. Current indicator design is made up of a light body and light capsule however the newly designed indicator can incorporate both the body and capsule into one unit. Company Information Please respond to the following questions: Is your business a large or small business? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act. Is your firm a certified �hub zone firm�? Is your firm a women-owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a GSA schedule? Do you have other government agencies using the product, if so, which agencies, POC�s and contract numbers? If possible, are there any POC�s for civilian users of the product for general usage experience. Will the hardware be qualified to a military or commercial environmental test standard? 10.a. If so, what standards? Will the hardware be environmentally sealed? What is the estimated Mean Time Between Failure for the product? What is the typical prototype delivery timeline for first article evaluations for similar efforts? After the review of the responses to this RFI announcement, and if the Government still plans to proceed with an acquisition, a solicitation announcement will be published in SAM.GOV. Responses to this RFI are not an adequate response to any future solicitation announcement. Again, this is not a request for proposals and in no way obligates the Government to award any contract. All companies that can meet the performance objectives are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the objectives can be met. Telephone responses will not be accepted. Responses must be received no later than November 22, 2024, at 2 p.m. EDT. This notice is intended to provide qualified suppliers an opportunity to describe their product. All firms responding to this RFI are advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this RFI are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests. Design Criteria Airworthiness The aircraft shall safely perform all assigned missions in accordance with FAA Part 29 (14 CFR 29) Airworthiness Standards: Transport Category Rotorcraft (Amendment 16), Part 91 General Operating and Flight Rules and the USCG Air Operations Manual, COMDTINST M3710 (series). Modifications to the H-65 must be designed to meet or exceed the requirements of FAA FAR 29 & FAA FAR 21. Exceptions to FAA FAR 29 & FAA FAR 21 requirements are allowed for public use aircraft. Deviations from the FAA FAR 29 & FAA FAR 21 requirements must be approved by the USCG. Wiring Wiring shall conform to the requirements of SAE AS50881, Rev D. Kapton or PVC wiring shall NOT be utilized. Night Vision New LED indicator assemblies shall be designed to be compatible with the use of a Type I, Class B, Night Vision Imaging System (NVIS) IAW MIL-STD-3009. LED Indicators LED indicators shall be a form fit replacement of legacy incandescent indicators and meet the indication and physical dimensions listed in table 4.1. Physical and electrical evaluation will be conducted at ALC upon delivery of First Article (FA). Full production shall not begin until USCG approves FA. Precedence In the event of a conflict or ambiguity, the following order of precedence among documents shall govern: 1. USCG specifications and procedures 2. Original Equipment Manufacturer (OEM) specifications and procedures NVIS compatible LED indicator assemblies listed in Table 7.2 (see attached PDF) shall be designed and manufactured in accordance with the design criteria listed in this SOW. The Contractor shall provide a complete technical description of the NVIS compatible LED indicator assemblies offered to meet this specification. The contractor shall utilize their own internal standards in the development of the product description. The contractor shall provide an individual description for each LED indicator assembly. The product description shall include all technical data necessary to completely describe the LED indicator assemblies. This description is expected to include the manufacturer�s technical drawings, references, and any additional information required to define the product. Point of Contact The Coast Guard is publishing this RFI and will consider suggestions from qualified suppliers. Suggestions must be received at the following address no later than 22 November 2024 2 p.m. EDT. Contracting Office Address: Aviation Logistics Center 1664 Weeksville Road Hangar 75, ATTN: Kristen Copeland Elizabeth City, NC 27909 Primary Point of Contact: Destiny Ornelas Contract Specialist Destiny.A.Ornelas2@uscg.mil Phone: (571) 614-4120 Electronic copies may be sent by e-mail to Destiny.A.Ornelas2@uscg.mil including the following in the subject line ""ECS RFI Submission, Company Name"". Correspondence must include a company point of contact with address, phone number and email address. At the discretion of the contracting officer, the Coast Guard may quote all or part of any suggestions or questions received in future correspondence regarding an ECS acquisition. The original author will not be identified. The Coast Guard will consider the information provided by qualified suppliers in the acquisition planning for the H-65 ECS replacement.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/3c5f3d1ae967422a89ef34c8a32d1c4b/view)
 
Record
SN07269409-F 20241121/241119230109 (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 |
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.