SOURCES SOUGHT
17 -- U.S. Army Program Executive Office for Aviation (PEO AVN), Project Office Non-Standard Rotary Wing Aircraft to provide information regarding capability of industry to provide delivery of a Bell 212 helicopter - Package #1
- Notice Date
- 3/29/2018
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
- ZIP Code
- 35898-0001
- Solicitation Number
- W58RGZ18R0195
- Archive Date
- 5/12/2018
- Point of Contact
- m.d.batts, Phone: 2563135587, Hanford G. Jones, Phone: 256-842-6010
- E-Mail Address
-
m.d.batts.civ@mail.mil, hanford.g.jones.civ@mail.mil
(m.d.batts.civ@mail.mil, hanford.g.jones.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources Sought 28 March 2018 U.S. Army Program Executive Office for Aviation (PEO AVN), Project Office Non-Standard Rotary Wing Aircraft (PO NSRWA) is soliciting information regarding the capability of industry to provide delivery of a Bell 212 helicopter. This notice is in support of market research to determine the feasibility of a competitive acquisition and to identify parties having an interest in and the resources capable of supporting the requirement. Interested parties responding to this notice shall demonstrate their capability to provide all personnel, materials, and supplies required to satisfy all requirements delineated in this synopsis. This notice is issued solely for information and planning purposes - it does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. Solicitations are not available at this time. Requests for a solicitation will not receive a response. This notice does not constitute a commitment by the United States Government to contract for any supply or service whatsoever. All information submitted in response to this announcement is voluntary; the United States Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the United States Government. Not responding to this notice does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Army Single Face to Industry (ASFI). It is the responsibility of the potential offerors to monitor this site for additional information pertaining to this requirement. MINIMAL ESSENTIAL CHARACTERISTICS BELL 212 AIRCRAFT 1. SCOPE: Procure and deliver one Bell 212 and related project management, publications, and technical data. Aircraft shall be test flown and inspected. Shipping shall be via freight forwarder. Preparation for shipping is required for cargo plane pickup at interested party's location. 2. REQUIREMENTS: a. AIRCRAFT: The interested party shall be capable of procuring and delivering one Bell 212 aircraft and related project management, publications, and technical data. The Bell 212 aircraft and all systems/subsystems shall meet FAA Airworthiness criteria. Additionally, the aircraft's major components must have at least 40% time before overhaul, and must have the following basic configuration: (1) VFR/ IFR platform with day and night capabilities (2) NVG compatible cockpit (3) Weather radar (4) Automatic Flight Control System/ Auto Pilot (Sperry SP 711 if available) (5) Flight Director (6) Two (2) VHF/AM Comm Radio (7) One (1) VHF/FM Nav Radio (8) One (1) HF Digital Comm Radio (9) One (1) Transponder (10) Two (2) GPS (11) Two (2) Radar Altimeters (12) One (1) ADF Nav Radio (13) One (1) Emergency Locator Transmitter (406 Mz) (14) Water Floatation System The following components are preferred, but not essential for the aircraft configuration: (1) Search Light with IR filter for NVG ops (30 Million Candlepower) (2) Rescue Hoist (600 lbs / 150 ft of cable) (3) External cargo hook b. CONFIGURATION MANAGEMENT: The interested party shall be capable of providing non-recurring engineering and logistics effort to address modifications to any baseline configuration to meet requirements in b.1 above. 2. Interested parties are requested to submit a statement of capability outlining past work related to the sale and modification aviation equipment. The statement of capability shall include: a. Company information including: (1) Company name and address. (2) Size of company (number of personnel, total revenue, ownership, CAGE Code, Parent Corporation, etc.). (3) Point(s) of contact including name, phone number, address, and email and length of time in business. (4) Geographic presence. b. Teaming arrangements, if any. Delineate between work accomplished by prime, subcontractors, and work accomplished by teaming partners. c. Relevant contract experience/capabilities to provide requirements described above. d. Description of how the interested party would support. e. Provide any other pertinent information that will assist us in this assessment. Respondents shall not be obligated to provide the services described herein and it is understood by the United States Government that the cost estimates provided as a result of this request are "best" estimates only. The response date for this notice is 30 days after the posting of this notice. Information submitted by the respondents to this sources sought synopsis is strictly voluntary. The submitted information shall be UNCLASSIFIED and should not contain propriety data. Only electronic responses shall be accepted and shall be submitted as an email attachment in MS Word or Adobe PDF format. Responses shall be received no later than 12:00 P.M. (1200 hrs) Central Time, Friday, 04-27-18. Each submission should be virus scanned prior to being sent via electronic mail only to M.D. Batts, Contract Specialist,m.d.batts.civ@mail.mil, no phone calls will be accepted. Electronic transmissions must not exceed 5 megabytes and responses in the form of white papers should be limited to 25 pages in length and may include technical specifications and product sheets as deemed necessary.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/cb60595e7ad4ff31ba5491ac4fcf8ad9)
- Record
- SN04872633-W 20180331/180329232105-cb60595e7ad4ff31ba5491ac4fcf8ad9 (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 |