Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 07, 2008 FBO #2477
SOURCES SOUGHT

20 -- E/TF40B Engine Control Unit (ECU) Request for Information (RFI)

Notice Date
9/5/2008
 
Notice Type
Sources Sought
 
NAICS
336611 — Ship Building and Repairing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Carderock Division, N65540 NAVAL SHIP SYSTEM ENGINEERING STATION, CARDEROCK DIVISION, PA Naval Surface Warfare Center Naval Business Center, Naval Base Philadelphia, PA
 
ZIP Code
00000
 
Solicitation Number
N6554008CP4U4
 
Response Due
11/7/2008
 
Archive Date
11/22/2008
 
Point of Contact
David Zipkin 215-897-8594James Hampshire 215-897-7433<br />
 
Small Business Set-Aside
N/A
 
Description
1.1PurposeTHIS ANNOUNCEMENT IS FOR INFORMATION AND PLANNING PURPOSES ONLY. IT DOES NOT CONSTITUTE AN INVITATION FOR BID (IFB) OR A REQUEST FOR PROPOSAL (RFP) AND IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. THE U.S. GOVERNMENT WILL NOT BE LIABLE FOR ANY COST ASSOCIATED WITH PREPARATION OF ANY RESPONSE TO THIS RFI OR ITS ASSOCIATED INFORMATIONAL PACKAGE. The Naval Surface Warfare Center - Carderock Division (NSWCCD) is conducting a market survey of all potential sources for the design, development, and qualification (and development of required logistic and training material) of an E/TF40B ECU in accordance with (IAW) the Draft Performance Specification (available upon request). NSWCCD intends to use the information to assess advances in technology as part of a strategic development to replace the existing E/TF40B Full Authority Digital Engine Control (FADEC). The information provided will assist NSWCCD in understanding the latest technologies employed in FADECs and ECUs. The ECU will provide for full digital control of the ETF40B and/or TF40B. The intended program comprises design and development of the ECU, engine validation and qualification, environmental qualification, development and validation/verification of training materials, field support, Depot Maintenance Work Requirement (DMWR), Repair Parts and Special Tools List (RPSTL), production of ECU articles for lab integration, and craft ramp/underway tests on LCAC.1.2ConceptThe current ETF40B FADEC has an extremely low Mean Time Between Failure (MTBF), calibration issues, high replacement/repair costs, and obsolescence issues. The Government is seeking an ECU that will vastly improve MTBF, reduce operational and maintenance costs, and improve maintenance features. In addition, the ECU will conform to the specifications outlined in the draft performance specification (available upon request).2Technical Data2.1Program ObjectiveThe goal of the program is to minimize acquisition, operation, and maintenance costs, maximize performance as outlined in the performance specification, and to maintain compatibility with the current E/TF40B configuration. 2.2Concept DescriptionThe contractor should provide a description of all aspects of the development concept including all significant assumptions. Explain in detail the capabilities of proposed solution to meet performance, schedule, and integration into E/TF40B. The information provided in response to this RFI should contain technical information sufficient to provide a clear understanding of the contractor's concepts and performance. Information shall convey significant detail of the proposed concept, including: Proposed Concept, Schedule, Development Costs*, Recurring Costs*, Teaming Requirements, Production Capabilities, Engine/LCAC Modification/Impacts, Government Furnished Information (GFI) / Government Furnished Equipment (GFE) Requirements, Technology maturity using technology readiness assessment levels used by DoD, and Projected compliance to the Draft ECU Performance Specification (available upon request). *Cost data should be provided in FY 08 constant dollars. Use months after contract award as a time basis for cost reporting. In addition to providing technical data on concepts, the contractor should discuss ability to meet full qualification, logistics, and operations requirements. For purpose of this effort, assume that 52 ECUs will be procured each year for 6 years. The total ECUs procured will be 312 units.2.3Trade StudiesProvide rationale for potential trade studies that would offer reduced total program risk, cost, and/or schedule.2.4Alternate SolutionsAn alternative solution is defined as a solution not expected to meet all requirements as specified throughout this RFI, but significantly reduces the overall program cost. Supporting rationale should be provided with any alternative solution. Each detailed description shall also include the estimated savings associated with the concept. Alternative solutions should clearly define which requirements are not met. 3Administrative3.1PurposeThis document explains the format and type of information the Government wishes to receive in response to this RFI, and to define the data the Government will provide. Responses shall be structured against each of the major areas of interest, as described in this RFI, and shall be in English using U.S. Military/NATO terms whenever possible.3.2Government Furnished DataTechnical Documents applicable to this requirement will not be released with the Sources Sought Synopsis. Such documents will be provided separately to contractors who specifically request them from the contract specialist designated in the Sources Sought Selection and are registered in the Joint Certification Program (JCP), which is managed by the Defense Logistics Information Service (DLIS). The Joint Certification Program establishes the eligibility of a U.S. or Canadian contractor to receive technical data governed by DoD Directive 5230.25. This Directive sets forth policies, procedures, and responsibilities for the withholding of unclassified technical data from public disclosure. DoD Directive 5230.4, a companion directive, establishes the distribution marking system for DoD controlled technical documents. To become certified to receive controlled technical documents, contractors must submit a completed DD Form 2345 to the JCO. Refer to www.dlis.dla.mil/jcp/ for ! additional information on obtaining the required certification. Requests for Technical Documents applicable to this requirement can be e-mailed to Christine.Putera@navy.mil. As stated above, only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the technical document. All requests for copies of the document must include Company Name, Address, Point of Contact, and a Certified Copy of DD Form 2345, Militarily Critical Technical Data Agreement. Once the request has been received and the certification number for the requestor has been verified, the documents will be mailed to the contractor by the United Stated Postal Service. 3.3Questions and DeadlineTo receive full consideration, responses must be received no later than 60 days after release of this RFI. Presentations, if required by the Government, will be conducted at the convenience of the Government. Responses to the RFI and any presentation material shall be delivered in electronic format (Microsoft Word, Microsoft Excel, Microsoft PowerPoint and/or Portable Document Format (PDF) submitted on a CD-ROM or via E-mail).3.4SubmissionsNSWCCD requests your responses no later than 60 days after release of this RFI. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCCD's strategic planning. Responses and information should be e-mailed to Mr. David Zipkin at david.zipkin@navy.mil or mailed to Naval Surface Warfare Center, Attn: David Zipkin; 1000 Kitty Hawk Ave, Bldg 77L 1st Floor; Philadelphia, PA 19112 and labeled with the solicitation number and title. Questions can be submitted electronically to david.zipkin@navy.mil. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the written permission of the provider. All information shall be provided free of charge to the Government. NSWCCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. At no cost to the! Government, responding vendors may continue technical dialogue with this Sources Sought Point of Contact after the initial response is provided.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=402b116f33b1a98eb8e4510c2158435a&tab=core&_cview=1)
 
Record
SN01661827-W 20080907/080905223634-402b116f33b1a98eb8e4510c2158435a (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.