Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 21, 2006 FBO #1668
SOLICITATION NOTICE

58 -- Dual Stabilator Controller

Notice Date
6/19/2006
 
Notice Type
Solicitation Notice
 
Contracting Office
US Army C-E LCMC Acquisition Center - DAAB07, ATTN: AMSEL-AC, Building 1208, Fort Monmouth, NJ 07703-5008
 
ZIP Code
07703-5008
 
Solicitation Number
MARKET-SURVEY-8068
 
Response Due
7/3/2006
 
Archive Date
9/1/2006
 
Small Business Set-Aside
N/A
 
Description
CONTACT Dylan Chung, Electronics Engineer. This market survey is to satisfy an interpretation of Federal Acquisition Regulations concerning attempting to locate a potential qualified manufacturer who is capable to design, develop and manufacture a Du al Stabilator Controller (DSC), which is being developed by Sikorsky and Hamilton Sundstrand under contract W58RGZ-05-D-0309. The DSC is a single-box, high-reliability replacement for the two Stabilator Amplifiers installed in the UH-60 A/L Black Hawk Heli copter. The DSC resulting from a development contract awarded to Sikorsky/Hamilton Sundstrand by PM Black Hawk is a proprietary Sikorsky design that satisfies air-worthiness requirements. The equipment offered in response to this market survey must be flig ht qualified by AED and meet the Sikorsky/Hamilton Sundstrands Requirements Specification, SES-703750, for the DSC and the provisions of Interface Control Document, SER-703562. Only those offerors who can meet the total technical and delivery requirements with a fully qualified DSC that meets Form, Fit and Function requirements should respond. Offerors not providing proof of their ability as stated above, in response to this market survey, to the procuring activity no later than 3 July 2006 will not be con sidered. The Government is not planning a qualification test of equipment prior to Formal Solicitation. Offerors proof of their ability to meet Government requirements shall, as a minimum, include the following: A. AED certification of air worthiness based on equipment availability and validated bench and flight (helicopter) test data to show the offeror's c apability to meet the UH-60A/L Black Hawk operational requirements. B. Availability of operational manuals (draft manuals acceptable). C. Ability to meet government total delivery requirement commencing 11 months after award of contract at a rate of 100 sets per month. D. Ability to restore the unserviceable DSC to a servi ceable condition that meets the requirements of the Sikorsky/Hamilton Sundstrand Requirements Specification, SES 703750, for the Dual Stabilator Controller. The production DSC to be procured, in response to the formal Army solicitation shall, as a minimum, have the following capabilities: A. Meet the requirements of the Sikorsky Requirements Specification, SES-703750, for the Dual Stabilator Controller and the provisions of Interface Control Document, SER-703562. B. Operate with the Automated Flight Control System. C. Mechanical mounting characteristics such that the DSC can be mounted to existing aircraft holes per SER-703562. This action is not a request for proposal and does not commit the Army to procurement of this set. The Army has a requirement to purchase a maximum of 1,800 units over the next five years (ID/IQ type of contract) with a minimum buy of 100 units in the first year (minimum and maximum quantities are subject to change without public announcemen t) along with a 5-year time and material repair services. A solicitation for both technical and cost proposals will be issued to only those offerors who are determined to be qualified from the market survey. Only those offerors with the extensive stabila tor amplifier experience stated above, and who can meet Army requirements should respond. Offerors believing they have equipment that is capable of meeting the stated technical requirements and delivery schedule may submit proposals for their equipment to gether with validated operational test acceptance data and supporting rationale. Where minor changes to an existing design are necessary in order to meet the provisions of the referenced documents, the Offeror shall outline the exact changes required to me et the Government requirements and describe the validation testing that must be done before production delivery. Responses from interested parties received after 3 July 2006 will not be considered. The address for written responses is: HQ C-E LCMC, ATTN: AMSEL-LC-CCS-N-AN (Dylan Chu ng), Ft. Monmouth, NJ 07703. Technical questions and requests for the referenced documents shall be sent to the above address or through the email address below. No telephone inquires will be accepted. Award is anticipated in the First Quarter FY-2007. E MAIL ADDRESS: dylan.chung@us.army.mil
 
Place of Performance
Address: US Army C-E LCMC Acquisition Center - DAAB07 ATTN: AMSEL-AC, Building 1208 Fort Monmouth NJ
Zip Code: 07703-5008
Country: US
 
Record
SN01073180-W 20060621/060619222334 (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.