SOURCES SOUGHT
J -- Repair of MX15 FLIR System
- Notice Date
- 2/4/2010
- Notice Type
- Sources Sought
- NAICS
- 334511
— Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Contracting Office
- Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, HU25, HH65, H60J, C130, ESD, IOD, ISD, CASA or ALD, Elizabeth City, North Carolina, 27909-5001, United States
- ZIP Code
- 27909-5001
- Solicitation Number
- HSCG38-10-Q-101021-ss
- Archive Date
- 2/26/2010
- Point of Contact
- Linda D Clark, Phone: 252-334-5212
- E-Mail Address
-
linda.d.clark@uscg.mil
(linda.d.clark@uscg.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a solicitation announcement. This is a sources sought synopsis only. This is NOT a request for proposals and in no way obligates the Government to award any contract. The purpose of this sources sought synopsis is to gain knowledge of commercially available products that may be of interest to the USCG. The United States Coast Guard Aircraft Logistics Center is conducting market research to determine manufactures and suppliers described as follows: Repair of the WESCAM MX15 FLIR system and associated components utilized on the HU25C+ and HU25D model aircraft. The MX15 FLIR turret houses two gyro stabilized sensors. The infrared (IR) sensor is a high magnification step-zoom sensor. The Electronic Optical Wide (EOW) sensor is a low magnification continuous zoom color television sensor. The Master Control Unit (MCU), the Operator Control Unit (OCU), and the Joy Stick control the turret. All of these components are contained in the SSO (Sensor System Operator) workstation, except for the MCU, which has a rack of its own. While failure to provide repaired parts would not ultimately result in grounded aircraft, it does limit the missions the aircraft can perform. Search and rescue would still be able to be performed, but the law enforcement portion would be limited. The MX-15 FLIR provides stabilized infrared and video imaging for search and surveillance. The system allows the operator to search large areas with either an Electr-Optical Wide (EOW) color camera or an infrared high magnification step-zoom sensor. This procurement must be restricted to the OEM. This requirement is necessary in order for the USCG to maintain the capability to adequately support their deployed aircraft and carry out their law enforcement mission. The Original Equipment Manufacturer for the MX15 FLIR is Wescam, Inc., 649 North Service Road West, Burlington, Ontario L7P5B9 The Coast Guard will not be able to provide manuals or drawings for this requirement. Interested parties must have access to the OEM data and manuals. Responses to this notice should include company name, address, telephone number, point of contact (POC), and complete product details, brochures, and etc. which will allow the USCG to understand your product, configurations, auxiliary equipment, and options. Also, state approximate lead-time for acquiring your product or repair. Please provide the details and terms of any standard warranty included with the product. Additionally detail if the MX15 FLIR has been qualified for use in any DOD or Federal Government Aircraft. The Government believes the applicable NAICS code is 334511 -- Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing. Please respond to the following questions: (1) Is your business a large or small business and how many employees? (2) If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? (3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? (4) Is your firm a certified hub zone firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Is your product listed on a GSA schedule? (8) Do you have other government agencies using the product, and if so which agencies, POC?s and contract numbers? (9) If possible, any POC?s for civilian users for general usage of product questions. After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in the FBO. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. All interested offerors will have to respond to the solicitation in addition to responding to this sources sought synopsis. Again, this is not a request for proposals and in no way obligates the Government to award any contract. Responses to this sources sought notice shall be mailed to Linda Clark at U.S. Coast Guard, Elizabeth City, North Carolina, 27909-5001 or e-mailed to Linda.D.Clark@uscg.mil. TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 11 February 2010 at 1515 (3:45 PM). Firms responding to this announcement that fail to provide all of the required information cannot be used to help the Government make the appropriate acquisition decisions which is the intent of this sources sought notice. This notice is to help the USCG in determining potential sources only. 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. All interested parties must respond to that solicitation announcement separately from the responses to this announcement. Responses to this sources sought synopsis are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DHS/USCG/USCGARSC/HSCG38-10-Q-101021-ss/listing.html)
- Record
- SN02058612-W 20100206/100205000126-ba660b0d38a4576f13d946a231242bc1 (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 |