Pennsylvania Bids > Bid Detail

Avionics Support for UH-60M and HH-60M

Agency:
Level of Government: Federal
Category:
  • 69 - Training Aids and Devices
Opps ID: NBD00159737352215663
Posted Date: Nov 8, 2023
Due Date: Nov 27, 2023
Source: https://sam.gov/opp/df1a76232f...
Follow
Avionics Support for UH-60M and HH-60M
Active
Contract Opportunity
Notice ID
W58RGZ24B0018
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE ARMY
Major Command
AMC
Sub Command
ACC
Sub Command 2
ACC-CTRS
Sub Command 3
ACC RSA
Office
W6QK ACC-RSA
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Updated)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Nov 08, 2023 04:54 pm EST
  • Original Published Date: Nov 08, 2023 09:49 am EST
  • Updated Response Date: Nov 27, 2023 05:00 pm EST
  • Original Response Date: Nov 27, 2023 05:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Dec 12, 2023
  • Original Inactive Date: Dec 12, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 6930 - OPERATION TRAINING DEVICES
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Johnstown , PA 15904
    USA
Description

This Sources Sought is for source planning purposes only and shall not be considered as an invitation for bid, request for quotation, request for proposal, abstracts, or as an obligation on the part of the Government to acquire any products or services. Your response to this Sources Sought will be treated as information only. No entitlement to pay, direct or indirect costs, or charges by the Government will arise, as a result of a contractor's submission of a response(s) to this announcement or the Government's use of such information. This request does not constitute a solicitation for future proposals or the authority to enter into negotiations to award a contract. The information provided may be used by the Government in developing its source acquisition strategy and Statement of Work/Statement of Objectives and performance specifications. The Government does not intend to award a contract solely on the basis of this Sources Sought or to otherwise pay for the information submitted in response to this Sources Sought. The purpose of this Sources Sought is to gather information that will assist the Utility Helicopters Project Office (UHPO) in evaluating vendor capability of meeting its potential need.



The Government has not determined the acquisition approach. This market research will allow UHPO to make an informed decision about how to proceed. It is contemplated that this award will be made on an Other Than Full and Open Competition, Sole Source basis in accordance with Federal Acquisition Regulation (FAR) 6.302-1. The Government intends to solicit and award a Cost Plus Fixed Fee (CPFF), Cost Reimbursable (CR) and / or Firm Fixed Price (FFP) contract for these requirements. The anticipated contract period of performance is October 2025 through September 2030 with the possibility of additional option years.



This Sources Sought is applicable to the following UHPO Mission Design Series (MDS): UH-60M and HH-60M and all variants that use the UH-60M and HH-60M Avionics for Army, Department of Defense agencies, Foreign Military Sales and Other Government Agencies (OGA). The Government does not own the complete H-60M Avionics' Technical Data Packages (TDPs) that established the current and baseline H-60M avionics' configurations, including system / subsystems. The vendor must be capable of sustaining and maintaining the inherent H-60 MDS configuration over its lifecycle that maintains the inherent technical, suitability and functional performance, safety, reliability, sustainability and maintainability characteristics. The vendor must maintain an office with technical, logistic and contracting personnel in Huntsville, AL vicinity. The vendor must be able to obtain and maintain personnel and facilities at the SECRET clearance level. The Government desires that all software and hardware have, at a minimum, Government Purpose Rights (GPR) and software development meets Capability Maturity Model Integration (CMMI) level III criteria and processes. The vendor must be capable of complying with the Safeguarding of Controlled Unclassified Technical Information clause in DFARS 252.204-7012, have a Cybersecurity program that follows the National Institute of Standards and Technology (NIST) Framework for Improving Critical Infrastructure Cybersecurity document at a minimum, and subsequent compliance assessments performed by the Government.



Sources Sought Requirements - Description of Information Requested




  1. Provide 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.






  1. Describe your organization's experience with similar efforts.




  1. Describe how your organization would support the maintenance and aircraft concurrency with respect to Pilot/Vehicle Interface (PVI) of the trainer devices as outlined in this request for information (RFI):

    1. TDP availability

    2. System Safety

    3. Pilot/Vehicle Interface Integration

    4. Inherent system performance and suitability

    5. ILS and associated documentation

    6. Facilities and personnel resources






  1. Address how to ensure an adequately experienced and trained staff, your process for verifying qualifications, education, certification, and professional requirements and how often this information is obtained or updated.




  1. Describe how your organizatioNs Cybersecurity policy and practices align with the provided references.




  1. Provide recommendations on benchmark skills or criteria used to evaluate quality analysis, including analytic tools and writing techniques.




  1. Identify conditions or issues requested in the RFI that cannot be met or may interfere with the intention of this project.




  1. Provide any other pertinent information that will assist us in this assessment.



This is NOT a solicitation for proposals, proposal abstracts, or quotations. The purpose of this notice is to obtain information from industry vendors regarding their interest, capabilities, and recommendations in developing proposals for the UHPO, Program Executive Office, Aviation (PEO Aviation). SERVICE DISABLED VETERAN OWNED SMALL BUSINESSES ARE ENCOURAGED TO RESPOND. Include whether or not you are a small business; HUB-Zone Small Business; Service-Disabled Veteran Owned, Veteran-Owned Small Businesses; Women-Owned Small Business; or Small Disadvantaged Business in order to assist the Government in determining the appropriate acquisition method, including whether a set-aside is possible. All interested firms with capabilities identified herein are encouraged to respond to this RFI.



Any technical questions, data requests and industry responses to this RFI are to be sent by email to Patrick Batson, patrick.j.batson.civ@army.mil. All responses must be received by 1700 hours EST on November 27, 2023.



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. All material submitted in response to this RFI must be unclassified.




Attachments/Links
Contact Information
Contracting Office Address
  • AMCOM CONTRACTING CENTER AIR SPARKMAN CIR BLDG 5303
  • REDSTONE ARSENAL , AL 35898-0000
  • USA
Primary Point of Contact
Secondary Point of Contact
History

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >