Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 23, 2009 FBO #2615
SOURCES SOUGHT

16 -- RFI for New Procurement of Engine Performance Indicator

Notice Date
1/21/2009
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-09-P-ZA113
 
Response Due
2/23/2009
 
Archive Date
2/24/2009
 
Point of Contact
Fitzpatrick G Morris,, Phone: 301-757-9076, Alfred W Hensler,, Phone: (301) 757-8952
 
E-Mail Address
fitzpatrick.morris@navy.mil, alfred.hensler@navy.mil
 
Small Business Set-Aside
N/A
 
Description
As prescribed in FAR 15.209(c), the following provision is inserted: IAW FAR 52.215-3. Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this Request for Information (RFI), or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although "proposal" and "offeror" may be used in this RFI, your response will be as information only. It shall not be used as a proposal. (c) This RFI is issued for the purpose of identifying information on a new design of an Engine Performance Indicator, (EPI) for the T/AV-8B aircraft. PMA-257 is issuing a RFI in an effort to determine potential sources and information on existing Engine Performance Indicator (EPI) cockpit displays. This announcement is for market research and does not constitute a Request For Proposal (RFP). This is not a Research and Development (R&D) request. PMA-257 is seeking information on affordable EPI(s) using the latest Commercial Off The Shelf (COTS) technology. Respondents are invited to supply sample hardware that the government may or may not choose to conduct some limited ground and flight testing with. These assets would be returned after the completion of testing. There is no commitment by the Government to test any furnished hardware offered by respondents. Any hardware that is not used for testing will be returned to the vendor within 6 months. The vendor will have no rights to any test data or reports generated by the government on their product line. Any follow on procurement strategy is dependent on product demonstration results and available funding. Essentially, it is expected that in the follow-on procurement strategy, the Government will be looking for a system that would offer the "best overall value" to the Government (mission function, ease of integration and operational use, Total Cost of Ownership, etc…), not necessarily the lowest procurement cost. However, affordability would be a crucial factor. The following agency needs are provided to assist in conducting this RFI. Engine Performance Indicator The following is provided to potential vendors to provide insight into the governments thoughts at this date on Thresholds Requirements (must have) and objective requirements (beneficial to have). These pre – decisional thoughts on requirements are subject to change in a future RFP. 1.Threshold: a.All engineering drawings, interface requirements and definitions, test reports, and other pertinent data will be made available to the government. b.Installation concept shall not require modification to existing aircraft hardware and software architecture. c.No changes shall be required in the existing aircraft interface (same pin-outs without wiring for internal test points and same external dimensions) d.The unit shall interface with existing 28V DC aircraft power. e.The new EPI shall display 9 different readings in digital form preferably as a green digital display. f.The new EPI shall be compatible with a transducer(s) to receive and interpret analog inputs from the engine. g.The unit shall be readable in all day / night lighting conditions. h.The unit shall be night vision goggle (NVG) compatible and must meet NVG lighting standards(s) as per MIL-L-85762A Lighting, Aircraft, Interior, Night Vision Imaging System (NVIS) Compatible i.The readout shall warn of out- of- range data. j.The unit shall provide real time functional display. k.Data shall be readable for all pilot height / seat height / eye orientations. l.The indicator shall have a manual brightness control with selectable day / night mode. m.A Built In Test (BIT) function (startup, periodic, initiated and maintenance initiated self-contained diagnostics with failure indications to facilitate quick troubleshooting and fault isolation) shall be implemented. n.The unit shall indicate to the aircrew a built in fault handling display in a clear readily interpreted format display of any internal failure resulting in erroneous data being displayed; i.e., latent or stale data. o.No flex assemblies or jumpers shall be required. 2.Objectives: a.The unit should enable ground functional checks no or minimal additional support equipment or logistics footprint. b.Circuit cards should be "plug and play" and easily removed and replaced by higher levels of maintenance. c.The EPI should be wired for internal test points. Interested parties qualified of providing an all digital Engine Performance Indicator, which meet or exceed the above requirements, shall provide a Statement of Capability (SOC). This describes the vendor's existing proficiency to supply, modify, and sustain the system to aircraft out of service date. The SOC shall be unclassified and the information submitted should be pertinent to, and identify system capability as related to the technical effort requested above. A limit of twenty (20) pages is imposed for the responses. Responses should be received by close of business 30 days after release of RFI. Please direct all questions to Ms. Pat Morris at fitzpatrick.morris@navy.mil. Again, this RFI is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any information or any responses submitted as the result of this RFI.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1ff8b1a9d35cc5ae8368c1a49ee33fd9&tab=core&_cview=1)
 
Place of Performance
Address: Bldg 404, Room 206, 22145 Arnold Circle, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01735605-W 20090123/090121215604-c26ffcc0d2adbbc692fcc80fe5d9f4e4 (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.