SOLICITATION NOTICE
A -- NEXT GENERATION JAMMER (NGJ) INCREMENT 2 PRIME POWER UPGRADE
- Notice Date
- 1/16/2014
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Crane Division, 300 Highway 361, Building 64, Crane, Indiana, 47522-5001
- ZIP Code
- 47522-5001
- Solicitation Number
- N0016414RWS80
- Archive Date
- 6/3/2014
- Point of Contact
- Jesse Mechinus, Phone: (812) 854-3554
- E-Mail Address
-
jesse.mechinus@navy.mil
(jesse.mechinus@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- This synopsis is being posted to both the Federal Business Opportunities (FBO) page located at http://www.fbo.gov/. FBO is the single point of entry for posting of synopsis and solicitations to the internet. Please feel free to use either site to access information posted by NSWC Crane. 1) MARKET SURVEY - Request For Information (RFI): The Naval Surface Warfare Center (NSWC), Crane Division is seeking information from interested parties for a potential upgrade of the AN/ALQ-99 Tactical Jamming System's Ram Air Turbo-Generator (RAT-GEN) and Generator Control Unit (GCU). This work is being conducted at the direction of the Program Executive Officer for Tactical Aircraft, EA-6B/Airborne Electronic Attack (AEA) Program Manager, PMA-234, in connection with Concept Exploration Activities for the NGJ Increment (Inc) 2 program. This RFI is focused on identifying capabilities in the market place and obtaining related technical information for preliminary design and prototype fabrication and testing for a modified ALQ-99 RAT-GEN and GCU, capable of increased power output and potentially improved reliability and maintainability (R&M). The RAT-GEN consists of two Shop Replaceable Assemblies (SRA), the Governor and the Generator. The GCU is a stand-alone component, mounted separately from the RAT-GEN, inside the ALQ-99 Pod Hardback. 2) The threshold and objective goals for the upgraded RAT-GEN and GCU are provided in Table 1. Table 1 - Threshold and Objective Goals Parameter Power Output Threshold 40 KVA, 115VAC, 400 Hz, 3 phase, 0.8-1.0 PF, MIL-STD-704F, EA-18G AEA system threshold EIRP region Objective 40 KVA, 115VAC, 400 Hz, 3 phase, 0.8 -1.0 PF, MIL-STD-704F, EA-18G AEA System objective EIRP region Parameter Size/Shape Outer Mold Line (OML) Threshold 1. Governor - No Changes 2. Generator - Minimize changes for portion exposed to airstream (i.e. End Bell Assembly). Permissible to increase size and change OML for portion internal to Pod Hardback, provided no structural changes to Hardback are required. 3. GCU - Minimize size. No greater than existing GCU. Objective 1. Governor - Objective = Threshold 2. Generator - No changes for portion exposed to airstream (ie. End Bell Assy). Permissible to increase size and change OML for portion internal to Pod Hardback, provided no structural changes to Hardback are required. 3. GCU - Eliminate Stand-alone GCU and integrate function into Generator SRA Parameter Weight Threshold No change from current RAT-GEN GCU combined total weight. Objective 10 pound decrease from current RAT-GEN & GCU combined total weight. Parameter Reliability & Maintainability Threshold No improvements over current RAT-GEN & GCU Objective Incorporate R&M Improvements aimed at decreasing existing Governor and Generator time-based Intermediate and Depot Level maintenance and reducing Mean Time To Repair Parameter Built-in-Test Threshold Incorporate condition monitoring sensors within RAT-GEN SRAs and GCU necessary to support Built-In-Test and identify out-of-specification mechanical and electrical performance (e.g. balance, speed regulation, over/under voltage and frequency, load conditions, elapsed operating time). Objective Objective = Threshold Parameter Technology Readiness Level Threshold All components and SRAs at TRL 6 or higher. Objective Objective =Threshold 3) The envisioned work anticipated to be performed by a contractor as a result of a potential future solicitation is as follows: Phase 1 (6-month period of performance) (a) Program Management, including cost, schedule and technical performance monitoring and reporting (b) Conduct two quarterly program management reviews (PMR) and technical interchange meetings (TIM) concurrently with the Government (c) Perform requirements determination, allocation and management (d) Perform engineering and product support trade-off analyses (e) Develop detailed design for upgraded RAT-GEN and GCU prototype, sufficient to support prototype fabrication and testing in a simulated operational environment (i.e. wind tunnel with electrical load bank) (f) Perform reliability, maintainability and product support analyses (g) Develop a prototype test plan for demonstrating performance in a simulated operational environment (h) Develop cost estimate of non-recurring and recurring costs for contractor-performed work associated with Engineering Change Proposal for upgraded RAT-GEN Governor, Generator and GCU (i) Conduct second Phase 1 PMR/TIM with sufficient design fidelity to demonstrate readiness to enter into Phase 2 Phase 2 (10-month period of performance) (a) Program Management, including cost, schedule and technical performance monitoring and reporting (b) Conduct of three PMR/TIM meetings with the Government (c) Fabricate one complete prototype RAT-GEN and GCU, plus required number of spare components and supporting equipment to accomplish test plan events and obtain required supporting test data (d) Update prototype test plan (e) Perform test plan events and record data (f) As part of third PMR/TIM, perform test demonstration sufficient to show demonstration of performance and compliance with test plan (g) Submit final test report (h) Update cost estimate of non-recurring and recurring costs for contractor-performed work associated with Engineering Change Proposal for upgraded RAT-GEN Governor, Generator and GCU 4) Requested Information: The Navy requests the following information from parties interested in responding to this RFI: (a) Company Name, Address, CAGE code (b) RFI Response Point of Contact name, telephone number, and email address (c) Information describing Company capabilities, resources, experience and product lines that demonstrate an ability to perform the work described in Section 3 (d) Rough Order of Magnitude (ROM) cost estimate, in "then years" (based on March 2014 award) to perform the work described in Section 3, required to achieve Threshold goals (e) Delta ROM cost estimate, in "then years" (based on March 2014 award) to perform additional work required to achieve Objective goals (f) Two notional schedules for the work described in Section 3, one each to achieve Threshold and Objective goals (g) Feedback and questions regarding initial views on the feasibility of achieving threshold and objective goals described in Section 2 (h) Feedback and questions regarding the feasibility or challenges for performing the work described in Section 3 (i) Descriptions of any preliminary technical concepts, and associated physical changes, for achieving threshold and objective goals described in Section 2 (j) Information on recommended test facilities and possible test setups and equipment 5) Government Furnished Information: A technical library of information, containing data that may be useful to respondents, is available. The library consists of unclassified technical data relevant to the ALQ-99 RAT-GEN and GCU. To request access, email Mr. Jesse Mechinus, jesse.mechinus@navy.mil, (812) 854-3554, with the following information: a. Company name b. Mailing address, phone number, and email address (if available, but please no commercial accounts such as Gmail, Hotmail, Yahoo) c. Current and valid CAGE number/Central Contractor Registration (CCR) number d. A statement as to whether the Offeror is registered by the Department of Defense, United States/Canada Joint Certification Office (i.e., have a DD 2345 approved by said agency). Upon review and verification, the technical library data will be provided to the Offeror. The technical library data will be provided to the Offeror using the supplied email address via the AMRDEC Secure Access File Exchange (SAFE) website. 6) Information herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. 7) In order to be useful to the Government, responses to the RFI are required to be received no later than 2:00pm Eastern Standard Time on the response date provided above. Responses should be provided in formats compatible with Microsoft Office 2007 for Windows. Receipt of RFI responses will be acknowledged. RFI responses will not be returned. The mailing address for RFI responses is provided at the end of this announcement. Following the date of response submission, the Government may contact respondents to seek clarification of submitted information. 8) The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate respondents for any cost incurred in developing information for, participating in meetings with or engaging in discussions with the Government. 9) Proprietary and Limited Distribution: It is incumbent upon parties providing responses to this RFI to identify all data contained within that is proprietary or has limited distribution requirements. All information marked as proprietary information will be safeguarded to prevent disclosures to non-government personnel and entities. 10) Interested parties are advised that the employees of commercial firms under contract to the Government will serve as technical reviewers of information provided in response to this RFI. By submission of a response, an interested party gives the Government permission to release the entire response (inclusive of proprietary information) to employees of those organizations listed below. Employees of these organizations are required to sign and submit Non-Disclosure Agreements. Beyond the below commercial firms, the Government will not release any marked Proprietary information, received in response to this RFI, to any firm, agency, or individual outside the Government. - Applied Physics Laboratory, Johns Hopkins University, Laurel Maryland - Science Applications International Corporation, Odon, Indiana - URS, Odon,Indiana - Engility, Lexington Park, MD - Capital Defense Consulting, Williamsburg, VA 11) At the current time, NO FUNDING IS AVAILABLE for contractual efforts. This RFI does not constitute an Invitation for Bids (IFB), a Request for Quote (RFQ), or a Request for Proposal (RFP) and it should not be construed as a commitment of any kind by the Government to issue a formal solicitation or ultimately award a contract. The U.S. Government is in no way liable to pay for or reimburse any companies or entities that respond to this announcement. Additionally, any costs incurred by interested companies in response to this announcement will NOT be reimbursed and are NOT considered allowable direct charges to other contracts or tasking. 12) RFI Response Mailing Address Commander NAVSURFWARCENDIV Airborne Electronic Attack Division Code WXS, Building 3330W 300 Highway 361 Crane, IN 47522-5000 Attention: Mr. B. Ivey
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00164/N0016414RWS80/listing.html)
- Record
- SN03269182-W 20140118/140116234331-ef94e8422b18baba3381ea616f08a4d4 (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 |