Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF APRIL 05, 2025 SAM #8531
SOURCES SOUGHT

49 -- T70x Engine Indications Test Set Adapter

Notice Date
4/3/2025 9:19:55 AM
 
Notice Type
Sources Sought
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
 
ZIP Code
27909
 
Solicitation Number
70Z03825IH0000007
 
Response Due
4/17/2025 11:00:00 AM
 
Archive Date
05/02/2025
 
Point of Contact
Kiley Brown, D05-SMB-LRS-Procurement@uscg.mil
 
E-Mail Address
Kiley.E.Brown2@uscg.mil, D05-SMB-LRS-Procurement@uscg.mil
(Kiley.E.Brown2@uscg.mil, D05-SMB-LRS-Procurement@uscg.mil)
 
Description
This is a Sources Sought Notice only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract. This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government. This is not a solicitation announcement for quotes/proposals. This Sources Sought Notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration. All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. REQUEST: The United States Coast Guard (USCG) Aviation Logistics Center (ALC) Medium Range Recovery (MRR) Product Line is seeking a portable Field Level, rugged, compact, man-portable (45 lbs.) general-purpose test equipment used to verify the operational status of aircraft systems and isolate faults under Class D-level maintenance (shop) and Class C-level maintenance (Component repair), Modular System Test Set. The MRR product line has a requirement to test and validate engine indications and fuel quantity indications. The Aircraft Engine and Fuel test set must be able to interface with the aircraft wiring harness through the installed connectors and provide an appropriate signal to simulate engine and fuel indication parameters. These parameters should be simulated via an analog discrete communication standard which will be interpreted through the aircraft architecture and displayed on the Common Avionic Architecture System (CAAS) Engine Instrument Caution Advisory System (EICAS). These indications shall include but are not limited to: Gas Generator Speed (Ng) Turbine Gas Temperature (TGT) Power Turbine Speed (Np) Rotor Speed (Nr) Engine Torque All installed chip detectors for engines and gearboxes Engine and main gearbox oil temperature and pressure Oil filter bypass indications Fuel quantity indicators for inboard and external tanks The test set needs to provide the interconnecting and power control which allows maintenance personnel to simulate specific inputs required for calibration and testing of the systems associated with the indication above. The MH-60T test set will interface with the aircraft wiring harness through the installed cannon plugs and provide an appropriate signal to simulate engine and fuel indication parameters. RESPONSES: Responses to this notice should include company name, address, telephone number, cage code, and point of contact (POC). Please respond to the following questions: Capabilities Statement SHALL be included with response. Is the solution currently in production? If not, when is the product planned for production? Please provide the details and terms of any standard warranty and support for repair and calibration included with the product. Please indicate if there are any quantity discounts. What is an estimated lead time? What are acceptable payment terms (e.g. Net 30, Credit Card)? Is your business a large or small business and how many employees? What North American Industry Classification System (NAICS) code does your company use for this type of service? 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 Woman-Owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a General Services Administration (GSA) schedule? Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? If possible, provide POCs for civilian users for general usage of product questions. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this Sources Sought Notice. Please be advised that the USCG will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. After the review of the responses to this Sources Sought Notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. Responses to this Sources Sought Notice are not adequate responses to any future solicitation announcement. If the USCG proceeds with the acquisition, all interested offerors will have to respond to the solicitation once posted to SAM.gov. Responses to this Sources Sought Notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. SUBMISSION INSTRUCTIONS: Closing date and time for receipt of response is 17 April 2025 @ 2:00pm EST. E-mail responses are preferred and may be sent to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Please indicate 70Z03825IH0000007 in the subject line.
 
Web Link
SAM.gov Permalink
(https://sam.gov/opp/1afdfaf3f2874d22a0d70ba1dc2a17da/view)
 
Record
SN07397459-F 20250405/250403230051 (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.