SOURCES SOUGHT
15 -- Sources Sought Notice for the USCG Electrical Wire Harness Kit Engineering and Production for the MH-60T Sustainment Program
- Notice Date
- 6/9/2020 9:21:08 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- HQ CONTRACT OPERATIONS (CG-912)(000 WASHINGTON DC 20593 USA
- ZIP Code
- 20593
- Solicitation Number
- 70Z02320SSNMH60T
- Response Due
- 6/24/2020 9:00:00 AM
- Archive Date
- 07/09/2020
- Point of Contact
- Nathan K. Dolezal, Phone: 202-475-3706, Andrew Gordon, Phone: 202-475-3702
- E-Mail Address
-
nate.dolezal@uscg.mil, andrew.gordon@uscg.mil
(nate.dolezal@uscg.mil, andrew.gordon@uscg.mil)
- Description
- THIS IS A SOURCES SOUGHT NOTICE (SSN).�IT IS NOT A REQUEST FOR A PROPOSAL NOR IS THE UNITED STATES COAST GUARD (USCG) SEEKING PROPOSALS FROM INDUSTRY AT THIS TIME. 1. INTRODUCTION: The United States Coast Guard (USCG) is seeking capability statements from all vendors interested in the engineering and production of electrical wire harness kits for the Medium Range Recovery (MRR) MH-60T helicopter.�The USCG will require the vendor to update and maintain the MH-60T Electrical Wire Harness Technical Data Package (TDP) to ensure all drawings are aligned with the design requirements and will require that the kits are built in accordance with the TDP design specifications.� The kits must meet the requirements in Section #4, �REQUIRED CAPABILITY,� below.� The USCG intends to purchase up to ninety-two (92) harness kits, the specifications of which must align with the aforementioned TDP.�The quantity of harness kits ultimately procured by the USCG will depend on the program need.�The USCG recognizes the need for engineering as part of this acquisition to ensure the TDP is updated and maintained in accordance with kit requirements.�Therefore, the USCG will initially procure an engineering effort and up to twelve (12) harness kits to ensure integration with the MH-60T aircraft. 2. DISCLAIMER: This Sources Sought Notice is for informational purposes only.�This is not a Request for Proposal. It does not constitute a solicitation and shall not be construed as a commitment by the USCG to purchase any specific products or services.�Responses in any form are not offers and USCG is under no obligation to award a contract as a result of this announcement.�No funds are available to pay for preparation of responses to this announcement.�Any information submitted by respondents to this technical description is strictly voluntary. 3. CONTRACT / PROGRAM BACKGROUND: The USCG MH-60T Sustainment Program was chartered to extend the service life of the MRR capability, which will be accomplished through form, fit, and function, replacements of several components on the MH-60T aircraft, including the legacy electrical wire harness kits.�The USCG owns an industry-standard MH-60T Electrical Wire Harness TDP, which details the design specifications of kits. 4. REQUIRED CAPABILITY: To ensure compatibility with the MH-60T aircraft, the electrical wire harness kits are required to meet stringent performance criteria.� This criteria includes, but is not limited to, the following: a. Kits must be manufactured with new wire and parts.�Reconditioned or used parts are not acceptable. b. Kits must be fully compatible with the MH-60T aircraft structural design. Thus, during wire installation, the USCG shall not be required to make modifications to the kits to facilitate installation. c. Kits must be delivered with certifications of conformance. The USCG expects potential vendors to update and maintain the MH-60T Electrical Wire Harness TDP to ensure it incorporates, documents, and reflects, the most current kit design specifications.�The TDP will be provided to the vendor as Government-Furnished Information (GFI); the TDP details the parts list, wire list, and peg board drawings.�The USCG expects potential vendors to implement and deliver all of the TDP updates and revisions identified in the Statement of Work (SOW) by December 2021.� These updates and revisions include, but are not limited to, the following: a. Incorporation of Time Compliance Technical Orders (TCTOs) and Maintenance Procedure Cards (MPCs). b. Design revisions to accommodate the Blade and Tail Fold airframe specifications. c. Obsolescence management. The USCG expects potential vendors to manufacture all kits in accordance with the TDP, to include the identified updates and revisions.�Potential vendors shall deliver fully tested and validated kits with certificates of conformance.�The first article kit shall be delivered to the USCG no later than June 2022.�At a minimum, the vendor shall conduct the following reviews for the first article kit: a. In Progress Review (IPR) prior to the start of production, to ensure a comprehensive bill of materials that encompasses all TDP updates and revisions, and to identify any long-lead time materials. b. IPR approximately half-way (50%) into production. c. Procedures to test, at a minimum, insulation resistance/circuit isolation and continuity/discontinuity. d. Physical Configuration Audit (PCA) prior to shipment to the USCG. Prior to shipment of the second article, the first article shall be made available to the USCG for a minimum of four (4) months for installation and validation procedures� Following USCG validation and acceptance of the first article kit, the potential vendors shall deliver one (1)�kit per month.� 5. SPECIAL REQUIREMENTS: Any contracted efforts will require, at a minimum, the ability to handle and store proprietary information, subject to the Arms Export Control Act, that is treated as Unclassified / For Official Use Only (FOUO). Potential vendors shall manufacture all work products in accordance with the the International Organization for Standardization (ISO) 9001. 6. SUBMITTAL INFORMATION: Interested vendors wishing to participate in this market research�shall submit a detailed capabilities statement to the Contracting Officer, Mr. Nathan Dolezal (Nate.Dolezal@uscg.mil), and to the Contract Specialist, Mr. Drew Gordon (Andrew.Gordon@uscg.mil). Such statements shall be ten (10) pages or less, written in single-spaced, twelve (12) point font (eight (8) point font is acceptable for legends, charts, and graphs). This statement shall include the following: a. The company name, b. The company's physical address, c. The company's point-of-contact with a current phone number and email address, and d. A statement as to whether the company is small or large under the North American Industry Classification System (NAICS) code of �336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing,� with a small business size standard of 1,250 employees. The relevant Product Service Code (PSC) is 1520, �Aircraft, Rotary Wing.� Submitted statements shall demonstrate the ability to meet the performance parameters for the engineering and production of MH-60T electrical wire harness kits.�Vendor capability statements shall address the following: a. Prior / current relevant corporate experience performing efforts of similar size and scope, including: 1. The associated contract numbers and contract values, 2. The organizations supported, 3. An indication of whether the vendor was a prime or a subcontractor, 4. A current customer point-of-contact with his or her phone number and email address, and 5. A brief description of how the contract referenced relates to the requirement described herein. b. A qualification plan and estimated schedule for performing any required Non-Recurring Engineering (NRE) and ramp-up production. c. A company profile, to include the number of employees, annual revenue history, office locations, and Data Universal Numbering System (DUNS) number. d. Capability to store and safeguard unclassified/FOUO information. To receive consideration from USCG as a part of this market research, vendors shall submit the capabilities statement to the Contracting Officer and Contract Specialist by�12 PM Eastern Time�by Wednesday, 24 June 2020. �Any capabilities statements submitted after this date and time may or may not be considered by the USCG. The USCG thanks you for your interest in this work.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/7d1f03e617b14f94994bea1051c405fa/view)
- Place of Performance
- Address: Elizabeth City, NC 27909, USA
- Zip Code: 27909
- Country: USA
- Record
- SN05685191-F 20200611/200609230146 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |