SOURCES SOUGHT
J -- RFI FOR AIRCRAFT MAINTENANCE
- Notice Date
- 2/12/2010
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, North Carolina, 28310
- ZIP Code
- 28310
- Solicitation Number
- AIRCRAFT-MAINTENANCE
- Archive Date
- 3/10/2010
- Point of Contact
- Gloria J Harris, Phone: 910-432-6978, Umetria Thomas, Phone: 910-432-8598
- E-Mail Address
-
harrisgl@soc.mil, umetria.thomas@soc.mil
(harrisgl@soc.mil, umetria.thomas@soc.mil)
- Small Business Set-Aside
- N/A
- Description
- This is not a Notice of solicitation issuance, but rather a R equest for Information (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirement and acquire data to assist in the development of a cost estimate through the submission of industry published commercial pricelist. The information sought herein is for planning purposes only and shall not be construed as a request for quote (RFQ), request for proposal (RFP), invitation for bid (IFB), or as an obligation of commitment on the part of the Government to acquire any product or service. There shall be no basis for claims against the Government as a result of information submitted in response to the RFI. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for any information submitted by respondents to this request. This notice is for market research purposes only and is not indicative of a full requirement. Should a requirement arise, the full requirement will be detailed in the solicitation. The United States Army Special Operations Command (USASOC) is seeking to identify qualified vendors to accomplish the work noted in two areas: Purchase and installation of a communication package capable of high speed data service as specified in the Statement of Work-1 and purchase and installation of the Avidyne Alliant King Air Flight Deck System as specified in Statement of Work-2. Please submit a published commercial pricelist and information for each statement of work as well as data if services are combined. Request all qualified vendor address whether it is an industry norm to offer discounts or incentives if a single rather than multiple awards are determined to be in the best interest of the Government. The anticipated North American Industry Classification Standards (NAICS) is 488190, Other Support Activities for Air Transportation, with a size standard of $7.0 M. Contractors interested in performing these services should be registered in Central Contractor Registration ( www.ccr.gov ). Contractors responding to this Sources Sought are asked to provide the following information: company's full name and address, DUNS number, business size, address, financial capability statement, and a point of contact. Responses shall be submitted electronically via email to harrisgl@soc.mil. If an interested source is not able to contact the Contracting Office via email, information/correspondence/requests may be submitted to the point of contact cited above via facsimile, (910) 432-9345. All responses shall be submitted by 4:00 PM on 23 February 2010. For information regarding this notice, contact Ms. Gloria Harris via email at the address above. Failure to respond to this RFI does not preclude participation in any future associated request for quotations that may be issued. Respondents will NOT be notified of the results. Documentation provided must address all required elements listed herein; providing only a reference to a website is unacceptable for purposes of this announcement and will not be considered or reviewed. All proprietary or corporate data received shall be clearly identified and shall be protected from release to sources outside the Government. Please do not submit classified material. The Government request the vendor identify the equipment or supplies they would provide and pricing for "market research only". The vendor shall certify that: •· they meets all the requirements/certifications to accomplish this work, •· they are within 250 nautical miles, •· can submit all the documentation requested, and •· they have and will provide past performance data for similar work. Aircraft Information: AIRCRAFT - C-12C SERIAL NUMBER - BC-64 ARMY REGISTRATION NUMBER - 78-23128 HOURS - 15198.5 Statement of Work- 1 Purchase and install a communications package capable of high speed data service. System must be capable of both voice and data services capable of being encrypted with standard HAIPE encryption devices. The proposed communications package can be either satellite or terrestrial based. The system must provide access into the World Wide Web with at least a 90% coverage rate in the continental United States at or above an altitude of 10,000' AGL. The RF/modem system must be capable of interfacing with our organic communications package via Ethernet cable connections. The system must be capable of a sustained data throughput of no less than 150kbps from the aircraft and a minimum of 256kbps to the aircraft. Increased throughput is acceptable provided the weight and cube parameters are still met. The weight of the entire system to include antenna package cannot exceed 120lbs. Sustained power requirements cannot exceed 100W at 28vdc. Due to space limitations on the aircraft the antenna cannot exceed 38" long by 18' wide. The antenna height cannot exceed 12". USASOC has looked at the AirCell 5000 system and the SWIFT BroadBand INMARSAT based system. Either of these systems, or ones with similar specifications, will meet our requirement. The vendor must perform all work in accordance with FAA and industry approved standards. An FAA certified part-145 repair station must perform the work and be within 250 nautical miles of Fort Bragg, North Carolina. The vendor must provide USASOC a copy of FAA form 337 or 8110 and wiring diagrams for submission of the Military Airworthiness Release prior to any work being started on the aircraft. The aircraft is currently equipped with an AirCell 3100 system. If this systems is deemed to be redundant the contractor will remove the unnecessary equipment and wiring not utilized in the new installation. The aircraft will be made available for survey purposes as our schedule permits. This is only a Request for Information but technical data, wiring diagrams, documentation will be provided prior to issuance of any contract action. USASOC USASOC flight detachment will provide the flight crew and mechanic when ready for run up and flight test. The following equipment will remain operational: •Ø APX 100 Transponder •Ø HF Radio •Ø UHF Radio Current aircraft configuration: •Ø Garmin 430W •Ø Garmin530W •Ø King KMD-850 MFD •Ø Rockwell Collins TCAS 4000 with TRD-94 Transponder •Ø Altitude Warning System Shadin AMS2000 •Ø Dual Northern Airborne Technology (NAT) Audio System •Ø Two Dual King Marker Beacon Systems •Ø Terrain Avoidance and Warning system TAWS Class B KGP-560 •Ø Stormscope WX500 displayed on KMD-850 •Ø Two Collins ADF-462 Systems with separate antennas •Ø Collins Radio Altimeter System ALT-4000 •Ø Apx 100 Transponder •Ø GDL 69 Data Link •Ø Weather Radar RDR 2000 •Ø Tacan KTU 709 •Ø UHF Radio •Ø 3 rd VHF radio VHF22D •Ø Aircell 3100 Statement of Work-2 Purchase and install the following equipment: Avidyne Alliant King Air Flight Deck System. 2.Design and install new instrument panel and ensure proper instrument placement. The Government shall review the final design prior to beginning of work. 3. Perform all work In Accordance With FAA and Industry approved standards. 4. A FAA certified part-145 repair station must perform the work and be within 250 nautical miles of Fort Bragg, North Carolina. 5. Provide USASOC a copy of FAA form 337 or 8110 and wiring diagrams for submission for Military Airworthiness Release prior to aircraft induction. 6. Installed Avionics will be flight-tested and certified for instrument flight (EnrOOOUoute, Terminal and Approach to include coupled WAAS approaches) In Accordance With approved FAA and applicable Technical Standing Orders. USASOC flight detachment will provide the flight crew and mechanic when ready for run up and flight test. 7. The following equipment will remain operational: •Ø APX 100 Transponder •Ø HF Radio •Ø UHF Radio 8. Current aircraft configuration: •Ø Garmin 430W •Ø Garmin530W •Ø King KMD-850 MFD •Ø Rockwell Collins TCAS 4000 with TRD-94 Transponder •Ø Altitude Warning System Shadin AMS2000 •Ø Dual Northern Airborne Technology (NAT) Audio System •Ø Two Dual King Marker Beacon Systems •Ø Terrain Avoidance and Warning system TAWS Class B KGP-560 •Ø Stormscope WX500 displayed on KMD-850 •Ø Two Collins ADF-462 Systems with separate antennas •Ø Collins Radio Altimeter System ALT-4000 •Ø Apx 100 Transponder •Ø GDL 69 Data Link •Ø Weather Radar RDR 2000 •Ø Tacan KTU 709 •Ø UHF Radio •Ø 3 rd VHF radio VHF22D 9. All removed avionics will be returned to USASOC Flight Detachment. Contractor will remove wiring from the removed equipment that is not utilized for the new equipment. 10. This is only a Request for Information but technical data, wiring diagrams, documentation will be provided prior to issuance of any contract action.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortBraggNC/AIRCRAFT-MAINTENANCE/listing.html)
- Place of Performance
- Address: HQ USASOC, FORT BRAGG, North Carolina, 28376, United States
- Zip Code: 28376
- Zip Code: 28376
- Record
- SN02064717-W 20100214/100212234746-6d039f6f2fb2c0a7a72a1826758febe8 (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 |