Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 05, 2015 FBO #5125
SOLICITATION NOTICE

16 -- Market research to identify parties with capability to modify S-61 T Platforms

Notice Date
12/3/2015
 
Notice Type
Presolicitation
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of State, Office of Acquisitions, Acquisition Management, 1735 N. Lynn St., Arlington, Virginia, 22209, United States
 
ZIP Code
22209
 
Solicitation Number
SAQMMA16I0013
 
Archive Date
1/2/2016
 
Point of Contact
Renee K Alexander, Phone: 3217839860, William (Bill) A. Smoot, Phone: 3217839860
 
E-Mail Address
alexanderrk@state.gov, smootwa@state.gov
(alexanderrk@state.gov, smootwa@state.gov)
 
Small Business Set-Aside
N/A
 
Description
GENERAL The Department of State, Bureau of International Narcotics and law Enforcement Affairs, Office of Aviation, (INL/A) is conducting market research to identify parties having the capability and certification to provide services/modifications for Aviation Maintenance Services to variants of the Dept. of State Sikorsky Aerospace S-61 Helicopters. The initial request will be to provide cooling capability for thirteen (13) S-61T aircraft in the cockpit and cabin. Any responders must provide a current copy of Sikorsky certification to provide services and/or modifications or current letter from Sikorsky enabling them to provide services and/or modification of existing Sikorsky S-61T platform. This notice is issued as a means of conducting market research to identify parties having interest in and capability to provide the services described below. This notice is issued solely for information and planning purposes and does not constitute a Request for Proposal (RFP), request for Quotations (RFQ), Invitation for Bids (IFB) or a commitment on the part of the government to conduct a solicitation in the future. All information provided is strictly voluntary and no reimbursement will be made for any costs associated with providing a response to this notice. Further, the US Department of State (DoS) offers no assurance that any solicitation will result from this notice. All information contained in this Sources Sought notice is preliminary and is subject to change. Failure to respond to this notice will not preclude participation in any future solicitation, should one be issued. Any information submitted will become the property of the Government and will not be returned. Proprietary information, if any, MUST BE CLEARLY MARKED. Responses to this Sources Sought Notice will be utilized by the Government to determine the availability of firms which are certified (Documentation from Sikorsky must be provide) to complete modifications to a Sikorsky platform, and capable of meeting DoS air worthiness requirements and will be considered in determining the appropriate acquisition strategy (including the appropriateness of setting-aside this acquisition for US small business concerns). Telephone inquiries will not be accepted or acknowledgements provided, and no feedback or evaluations will be provided to companies regarding their submissions. Responses providing partial information may not be considered by the Government. The Government reserves the right to contact respondents as part of market research efforts. REQUIRED SERVICES The Department of State, Bureau of International Narcotics and law Enforcement Affairs, Office of Aviation (INL/A), has a requirement to incorporate a modification for the purpose of providing air conditioning in the cockpit and cabin area of the platform for the Department of State owned S-61T. This medium-lift rotary-wing aircraft perform a variety of missions. At times the aircraft operates from forward operating base locations under primitive conditions and at other times from international airports executing instrument approaches. The primary mission is to transport passengers and cargo into and out of austere field sites located throughout the theater of operation, IRAQ, in support of the U S Embassy. This mission requires that the aircraft have good personnel and cargo carrying capability, long range and flight endurance. Operations are often flown in very rugged, high mountainous terrain that requires optimum take off, climb, and turn performance at high and high-density altitudes. These aircraft will serve in remote areas with few bases from which to operate the thirteen (13) S-61T aircraft which also affect mitigating heat related issues. The required air conditioners are to be a minimum of 24,000 BTU, with the capability of being removed from the aircraft as dictated by seasonal and mission requirements. The air conditioners should be installed in a manner that allows the effects of the air conditioner, requirements for intake, exhaust, and condensation draining associated with installation and proper operation to minimize the impact on the performance of the aircraft and not impact the cabin of the platform. The modification to incorporate the air conditioning units and accessories shall allow for removal and return of the aircraft to a ‘before installation" configuration for flight operations without the air conditioning installed. The anticipated mission service, aircraft certification, and performance requirements are identified below: 1. Mission service definition: a. Service ceiling - 13,000 feet MSL b. Originating and terminating from a 7000 foot Density altitude condition, the aircraft performance must meet or exceed the following: i. Available Cargo Load - 4500 pounds (15 passengers or cargo or combination of passengers and cargo totaling 4500 pounds). ii. Departure fuel load allows a 200 NM round trip before refueling with a 20 minute fuel reserve. 2. Aircraft certified to land at maximum authorized gross weight. 3. Minimum fuel endurance of 2 hours. 4. Maintain a minimum 100 KTAS cruise. 5. Aircraft will be required to perform over rough mountainous terrain typical of Afghanistan, at elevations that vary from sea level to 14,000 feet MSL. Temperatures can range from 20 degrees C below ISA at 8,500 feet MSL to 20 degrees C above ISA at 6,000 feet MSL. The delviery requirement is for 6 (six) aircraft modifications to be installed must be prior to May 31 of 2016 with the remaining fleet to be retrofitted within one year of contract award. REQUIRED CERTIFCATION/QUALIFICATIONS: Any offeror must be certified to complete modifications to a Sikorsky platform, (Documentation from Sikorsky must be provide) and capable of meeting DoS airworthiness requirements. The details of the flight certification and technical data is provided below: A. Flight Certification Each aircraft must have been manufactured and certified either by the FAA or appropriate military agency prior to final modifications and delivery. The preferred method for equipment installations and aircraft modifications or alterations is by use of FAA approved data. For proposed equipment installations, aircraft modifications or alterations where FAA approved data is not available, the contractor shall (1) develop installation, modification or alteration data in accordance with FAA or DoD airworthiness certification standards, and (2) submit properly substantiated engineering data to INL/A for review. The airworthiness certification is maintained by INL/A. B Technical Data - The contractor shall deliver all operating manuals (with current and applicable performance charts for aircraft flight profiles and weights), all maintenance manuals to include avionics and wiring diagrams / drawings, structural repair manuals, pilots checklists, and Illustrated Parts Catalog associated with this effort. This will include manual updates, changes, and revisions for a period of 2 years or during the warranty period. REQUIRED INFORMATION Offerors interested in responding to this Sources Sought Notice should submit all information electronically to alexanderrk@state.gov and smootwa@state.gov no later than 2:00 pm ET on 18 Dec. 2015. 1.Company Information: name, address, DUNS number, and POC information. 2.Company Socio-Economic Status: Small, HUBZone, 8(a), etc. 3.Is your company capable of providing required services for the installation? 4.Certifications required to complete required modifications on the S-61T or variant? 5.What work has your company accomplished in accordance with DOD and FAA specifications and standards? 6.List any existing contract vehicles through which the US Department of State can access your company's services. Provide any exhibits, data, or references which might demonstrate your ability or experience in providing the installation as stated above
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/State/A-LM-AQM/A-LM-AQM/SAQMMA16I0013/listing.html)
 
Place of Performance
Address: Patrick Air Force Base, Florida, 32925, United States
Zip Code: 32925
 
Record
SN03959997-W 20151205/151203234431-bbab505df1da3b5bdda5c555982f685e (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.