SOURCES SOUGHT
Z -- Avionics Upgrade - N144Z (2000 Cessna Citation Bravo, CE550 S/N:926)
- Notice Date
- 10/8/2015
- Notice Type
- Sources Sought
- NAICS
- 488190
— Other Support Activities for Air Transportation
- Contracting Office
- Department of Agriculture, Forest Service, R-4 Utah Acquisition Support Center, 2222 West 2300 South, Salt Lake City, Utah, 84119, United States
- ZIP Code
- 84119
- Solicitation Number
- AG-84N8-RFI-16-0001
- Archive Date
- 11/3/2015
- Point of Contact
- Tamera Draper, Phone: 801.975.3370
- E-Mail Address
-
tdraper01@fs.fed.us
(tdraper01@fs.fed.us)
- Small Business Set-Aside
- Total Small Business
- Description
- Notice Number: AG-84N8-RFI-16-0001 Notice Type: Sources Sought Posted Date: October 8, 2015 Response Date: October 19, 2015, 2015 NAICs Code: 488190 - Other Support Activities for Air Transportation Agency/Office: Forest Service Location: R4 Utah Acquisition Support Center (UASC) Title: Sources Sought for Avionics Upgrade - N144Z a 2000 Cessna Citation Bravo, CE550 S/N: 926 Description(s): The purpose of this request is to conduct Market Research and provide a Sources Sought (SS) Notice for information on capability and availability of potential contractors interested in proposing on a contract to provide Avionics Upgrades for plane N144Z (a 2000 Cessna Citation Bravo, CE550 S/N: 926). This is a SOURCES SOUGHT NOTICE and is NOT a solicitation announcement. The purpose of this SS Notice is for information and planning purposes only and should not be construed as a solicitation or as an obligation on the part of the Federal Government, USDA Forest Service, Utah Acquisition Support Center (UASC). No award or contract will be made on the basis of any SS Notice responses. Any information submitted by respondents is strictly voluntary and payments will not be made for the preparation of any information submitted to the Government in response to this SS Notice. The USDA Forest Service, Utah Acquisition Support Center (UASC) does not intend to notify respondents of their evaluation and will not share any submitted information. Please ensure any sensitive, protected, or proprietary information submitted are marked accordingly. The UASC reserves the right to terminate this request and change its requirements if needed. All submitted material becomes the property of the Forest Service and will not be returned. Responding to this notice does not guarantee participation in any future activities. Background: The USDA Forest Service - Utah Acquisition Support Center (UASC) is conducting market research regarding the availability of potential sources to complete the Avionics Upgrade on plane N144Z (Cessna Citation Bravo 2000, CE550 S/N: 926). Sources are being sought for firms with a North American Industry Classification System (NAICS) Code of 488190 (Other Support Activities for Air Transportation) and a Small Business Size Determination of $32.5 Million average annual receipts over three years. Sources Sought: The services identified for this SS notice are those required to complete the installation and certification of an avionics upgrade package, which includes but is not limited to, completion of all system certifications, materials, installation, wiring diagrams, paperwork and test flights on a USDA Forest Service aircraft, a 2000 Cessna Citation Bravo - N144Z (CE550, S/N: 926). Work would be completed to ensure that future FAA Compliance, laws, rules and regulations are met. A Phase 1 through 5 Inspection complete with repairs for the inspection discrepancies within the Avionics Upgrade timeframe would also be required. The Forest Service has identified the following for the Upgrade: -Purchase of an STC to accomplish the following: Installation of a dual Garmin GTN-750 com, nav, GPS system certified to fly fully coupled WAAS / LPV approaches down to 200-250 ft. decision height. Purchase of an STC to accomplish the following: Allow the installation of a dual Garmin GTN com, nav, GPS system to be stacked in the instrument panel where the CNI 5000 stack will be removed from. The STC would require all of the engine and fuel instrumentation, along with the stand-by instruments to be repositioned on the instrument panel in order to create space for the dual GTN-750 installation stack. The services required will include the following technical requirements: (a) Contractor has the ability to complete all maintenance which shall be performed in accordance with the applicable Federal Aviation Regulations. (b) The Contractor must be capable and certified to provide the following: a. All of the Center Stack, known as the CNI 5000 Avionics Stack, complete with audio panel wiring shall be removed. All associated wiring, connectors, circuit breakers, antennas except for the VHF navigation antenna which was replaced in August of 2015 and three GoGoAir (Aircell) antennas, two on the belly and one forward top side, shall be removed and replaced if they are part of the new systems being installed. Trays and ancillary equipment shall also be removed. The UNS1-K shall be removed. The marker beacon receiver shall be removed. The DME and Radar installation will be retained and rewired accordingly. The Mission Switches shall be retained but can be relocated and/or updated with Government approval. The aircraft electrical system shall be evaluated and the government advised of discrepancies. b. Contractor shall provide and install the following avionics systems: i. Dual Garman GTN-750s ii. Dual GTX-330 ES Mode S transponders (utilizing ADS-B out) iii. GTS-855 TCAS 1 (Utilizing ADS-B in) iv. GMA-35 Remote audio Panel v. Flightstream 210 vi. GRA-5500 Radar Altimeter vii. A TSO-C126 406 MHz ELT (Artex 1000 with built in GPS interface) viii. A Technisonic TDFM 136B with a gray faceplate with 5 vdc lighting ix. The two cabin db Systems audio selector panels will be interfaced into the new audio system. x. GDL-69A Nexrad and XM Audio c. All flightdeck audio and cabin audio i. Audio panels will be fully functional and must have adjustable back lighted faceplates and easy to read legends. ii. Communication transceiver selector positions shall be labeled as Com 1, Com 2, FM 1 as well as their discrete audio selector switches. iii. Audio panel dimming must default to full bright when dimmers are off. iv. The system must be compatible with 600 Ohm phones and general aviation high impedance microphones and headsets. v. Controls for the pilot and copilot are to operate independently for selection and adjustment of headset volume and individual VOX settings for ICS operation. vi. Auto function for receive audio and transmitter selection pairing must be incorporated in the all audio panels. vii. Each audio controller shall operate as a separate system without bleed over or interference. viii. Individual cockpit speakers for the pilot and copilot shall be installed and remain as separate systems. ix. All positions (4) shall have Bose Series 20 powered headset receptacles along with the general aviation receptacles as currently installed. (no changes required) x. Transmit interlock functions will not be used with communications transceivers xi. When the Oxygen mask is being utilized the corresponding speaker with must also be utilized since the Oxygen mask does not use headphones. xii. Two additional Mid-Continent Blue Power TA102 USB charging ports will be installed in the cabin conveniently located near the two IR positions in the cabin. xiii. Interface the existing DME to the new Garmin Navs and audio. xvi. Hobbs hour meter to remain but may be relocated elsewhere on the co-pilot side of the panel. xv. Antennas shall be properly spaced to eliminate interference, crosstalk or open squelch when using any combination of radios. If required, appropriate filtering shall be installed. (c) Transmit interlock functions will not be used with communications receivers. (d) All circuit breakers installed shall be new, MIL-Spec, trip-free, and push-pull style. Circuit breaker panel layouts shall be approved by the government prior to installation. Circuit breaker overlay panels will be professionally remarked with proper breaker function. (e) All panel units shall be internally lit. All switches and instruments shall have appropriate lighting for use at night. (f) All antennas, except the Navigation antenna which is newly installed and GoGoAir Systems (Aircell), shall be new, compatible with their respective systems and rated for this aircraft. The antenna installations shall not use gaskets but be bonded directly to the skin after the paint has been removed and cleaned and sealed (Alumiprep and Alodine). PRC shall be used to seal to the perimeter of the antenna to the skin. Mounting locations for removed antennas not being reused shall be patched, sealed and painted to match the aircraft. (g) Detailed wiring diagrams and system block diagrams shall be provided for the interface of all equipment installed under this contract. Diagrams shall include wire numbers for ease of identification and troubleshooting. These diagrams shall match the final aircraft configuration. A custom set of diagrams encompassing the entire installation is required. Generic manufacturer's drawings are not acceptable. All drawings and configurations shall be aircraft specific. (h) All wiring shall be marked per AC43.13-1B Par 11-208 with the markings corresponding to the wiring diagrams. Laser wire marking is required. All wiring shall be new and meet manufacturer specifications. Shielded wire with solder sleeves shall be used for all audio wiring and wherever specified by the system manufacturer. Audio low connections shall use a dedicated conductor and not the wire shield. Audio wires shall have shields grounded at load end only. All shield terminations, splices and terminal blocks shall use MIL-spec environmentally sealed terminations. All coax cables shall be RG-142 or RG-400 unless specific cables are required by the system manufacturer. Coax cables shall be marked at each connector identifying the system and, when applicable, the specific Contractor must be able to comply with all certification, licensing, and insurance requirements Instructions to Prospective Offerors: Vendors responding to this SS Notice shall provide the following information, which shall not exceed 8 (eight) pages and must be submitted as a.pdf or Microsoft Word (.docx) format. 1. Offeror's Name, Address, Points of Contacts with Phone Numbers and E-Mail Addresses 2. Company DUNS# and Business Size/Classification, to include any designations such as Small Business, HUBZone, Service Disabled Veteran Owned, 8(a) or Woman Owned Small Business which shall be indicated on the first page of the submission. 3. Description of capability to perform the proposed synopsis work, prepare and comply with FAA regulations, and capability to execute this project with other ongoing contracts. 4. Is the company mobile and able to provide work within the Ogden Utah area? Or would the plane have to be delivered to the company's location? If so, where are the location(s) geographically located? 5. Is your company the holder of a valid FAA Part 145 Repair Station Certificate with the appropriate ratings for the work to be performed? 6. Is your company authorized by the avionics manufacturer for the work to be performed? 7. What would be your company's schedule (timeframe) for completing this work? Responses should be submitted via e-mail to Tamera Draper, Contract Specialist at tdraper01@fs.fed.us. Submittals are due no later than October 19, 2015 at 1:00 p.m. Mountain Time. Submittals will not be returned. Faxed responses will not be honored. Your company should only contact the contracting officer issuing this letter if there are questions about any aspect of this SS Notice. Interested parties may not contact USDA Forest Service technical personnel about this SS Notice. Notes: -This is not a Request for Proposal, only a Request for Sources Sought for planning purposes. No award will be result from this Sources Sought. -This sources sought synopsis is not to be construed as a commitment by the Government, no will the Government pay for the information solicited. Point of Contact: Tamera Draper, Contracting Officer Phone: 801.975.3370 E-Mail: tdraper01@fs.fed.us Contracting Office Address: USDA Forest Service Utah Acquisition Support Center 2222 West 2300 South Salt Lake City, UT 84119
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USDA/FS/84N8/AG-84N8-RFI-16-0001/listing.html)
- Place of Performance
- Address: Ogden, Utah, United States
- Record
- SN03918045-W 20151010/151008234733-602a9d49ef1ac7a3e540c87e9858a38e (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 |