FBO Notice Date 11/06/19
BIDS Reference Number 181
Document Type: Sources Sought
Aircraft Components & Accessories

Department of Homeland Security, United States Coast Guard (USCG), Commanding Officer, USCG Aviation Logistics Center, 27909-5001

16 -- LCD all-in-one monitor PC modules SOL 70Z03820IH0000002 DUE 111919 POC Isaac L. Brothers, Contract Specialist, Phone 252-384-7400, Email isaac.l.brothers@uscg.mil - Michael A. Yanez, LT, Email Michael.A.Yanez@uscg.milThis is a Sources Sought for potential sources of supply for twenty (20) seventeen (17) inchLCD all-in-one monitor PC modules with the ability to interface with the SELEX Seaspray 7500E Sea Search Radar System.This sources sought synopsis is issued solely for information and planning purposes and to gain knowledge of potential sources capable of fully satisfying a potential requirement. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. It is subject to change and is not bindingon the Government. Further, unsolicited proposals will not be accepted. Fundingis not available at this time. The United States Coast Guard (USCG) has not made a commitment to procure any of the supplies discussed. All submissions become Government property and will not be returned. Not responding to this sources sought notice does not preclude participation in any future RFP if any is issued.

The United States Coast Guard Aviation Logistics Center is conducting market research to identify any and all potential sources capable of furnishing or manufacturing LCD all-in-one monitor PC modules with the ability to interface with theSELEX Seaspray 7500E Sea Search Radar System used on Coast Guard C130 aircraft.The computer and display system shall be an all-in-one unit with the ability tonetwork with the SELEX radar system via Ethernet network capability. Monitor touch screen interface capability is not required.These 17” LCD (diagonally measured) all-in-one monitor panel PC modules shall be in accordance with the DO-160 Standards & Aircraft Power MIL-STD-704D listed standards and specifications. Appropriate operators manual and recommended preventive maintenance and servicing procedures information shall be submitted by the vendor as required herein and as necessary to secure approval of the equipment.

Required Hardware Features

o Dimensions: Total width of 377.55mm x 394mm Height x 64.7mm Thickness Bezel Thickness of 18mm. Meet current USCG HC-130H monitor panel mounting fittings located at the Aircraft Navigator Station. Bolt pattern spacing 364.6 mm (+/- 0.2 mm) Width, and 342.9 mm (+/- 0.2 mm) Length (portrait orientation). Bottom set of boltsare inset approximately 29.87 mm (+/- 0.2 mm) from the bottom edge of the display, and the top bolts are located approximately 21.23 mm (+/- 0.2 mm) below the top edge of the display.o 17” LCD Display (Diagonal)o Portrait display orientationo Utilize J-Connector capabilities between the aircraft, computer and monitor

Software Interface Requirementso Windows 10 or better Operating Systemo Applications Requirements: Ability to download/operate the Human Machine Interface software to control and operate the SELEX 7500E Seaspray Radar System.

o Languages: English

Computer Interface Requirements

o User adjustable functions and settings requirements: On/Off switch capability for each independent monitor Brightness control capability for each independent monitor Additional display parameters via an On-Screen Display Interface Four (4) video source select buttonso Ability to utilize a keyboard and trackball/mouseo Computer Processor Requirements: Meet or exceed Intel i7 6th Generation Processor performanceo Hard Drive Requirement: 256GB SSD 16GB DDR4 RAMo Accessories: Four (4) Intel Gigabit Ethernet Ports Four (4) USB 2.0 Ports Four (4) RS232 Connectionso Power Supply: Meet Aircraft MIL-STD-704D Input voltage: 115/400Hz VAC or 28VDC Consumption at or below 40Wo NVIS Capabilityo 280x1024 LCD Screen Resolution

Required Mechanical Features

o Painting/Color Scheme: Black – RAL 9005, or other appropriate non-reflective color.

DeliveryThe delivery location is:1664 Weeksville RoadBuilding 63,Elizabeth City, NC 27909

The North American Industry Classification System (NAICS) code is 336413 Other Aircraft Part and Auxiliary Equipment Manufacturing with a Small Business Size Standard of 1,250 employees. Responses to this notice should include company name, address, telephone number, POC, CAGE code, business size, and any information which will allow the USCG to understand your full capabilities. All companies that can meet the specification are encouraged to provide a capability statement, company literature, brochures, or any other information that demonstrates that the specification can be met.Please respond to the following questions in addition to submission of your company's capability statement:(1) Are you a large or small business?(2) If small, does your firm qualify as a small, emergent business, or a small,disadvantaged business?(3) If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act?(4) Is your firm a certified "hub zone" firm? (5) Is your firm a woman-owned or operated business? (6) Is your firm a certified Service-Disabled Veteran-Owned? (7) Are you services listed on a GSA schedule? (8) Do you have other government agencies using your services or products? If so, which agencies, provide POC’s and contract numbers.

Any questions should be submitted via email to Isaac Brothers at Isaac.L.Brothers@uscg.mil not later than November 14, 2019.

Responses to this RFI along with any white papers, capability statements, pricelist/catalog pricing, company literature, and brochures shall be emailed (limitof 10 MB) to Isaac Brothers at Isaac.L.Brothers@uscg.mil and LT Michael A.Yanezat Michael.A.Yanez@uscg.mil. Telephone responses will not be accepted. Responses must be received no later November 19, 2019 at 2:15p.m. EST.

After the review of the responses to this sources sought announcement, and if the Government still plans to proceed with the acquisition, a solicitation announcement will be published in Federal Business Opportunities (FedBizOpps) website,www.fbo.gov. Responses to this sources sought synopsis are not adequate response to any future solicitation announcement. Again, this is not a request for proposals and in no way obligates the Government to award any contract. It is the responsibility of the potential responders to monitor this site for additional information pertaining to this subject. This notice is to help the USCG in determining potential sources only. All firms responding to this sources sought noticeare advised that their response to this notice is not a request to be considered for a contract award. All interested parties must respond to any solicitation announcement separately from the responses to this announcement. Responses to this sources sought notice will not result in automatic distribution of any futuresolicitation for these services. Reimbursement will not be made for any costs associated with providing information in response to this announcement and any follow-up information requests.

CITE: https://www.fbo.gov/spg/DHS/USCG/USCGARSC/70Z03820IH0000002/listing.html