SPECIAL NOTICE
43 -- REQUEST FOR INFORMATION AAV BILGE PUMPS
- Notice Date
- 4/28/2014
- Notice Type
- Special Notice
- NAICS
- 333911
— Pump and Pumping Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Sea Systems Command, NSWC Dahlgren Division, 17362 Dahlgren Road, Suite 157, Dahlgren, Virginia, 22448-5100, United States
- ZIP Code
- 22448-5100
- Solicitation Number
- N0017814Q4275
- Archive Date
- 6/27/2014
- Point of Contact
- Dora Fauntleroy, Phone: 540-653-7077
- E-Mail Address
-
Dora.Fauntleroy@navy.mil
(Dora.Fauntleroy@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. This is a Request for Information (RFI) by the Naval Surface Warfare Center, Dahlgren Division (NSWCDD). This Request for Information is published in accordance with FAR Part 15.201(e), and is for PLANNING PURPOSES ONLY. It does not constitute a Request for Proposal (RFP), or a commitment by the U. S. Government, nor should it be construed as such. Respondents are advised that NSWCDD is under no obligation to acknowledge receipt of information received, or provide feedback to respondents with respect to any information submitted under this RFI. There shall be no basis for claims against the Government as a result of any information submitted in response to this RFI. The Government does not intend to award a contract on the basis of this RFI, or reimburse RFI preparation costs incurred by any offeror when providing the information requested under this notice. If a solicitation is released at a future date, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website. It is the responsibility of any potential offeror to monitor this site for additional information pertaining to this requirement. The Marine Corps is currently conducting market research to determine the availability of an electric bilge pump to replace the current electric bilge pump in the Assault Amphibious Vehicles 7A1 Reliability, Availability, and Maintainability/Rebuild to Standard (AAV7A1 RAM/RS), Family of Vehicles (FOV). The minimum requirements are: 1) Shall be capable of pumping water with varying levels of liquid and solid contaminants 2) Shall operate via a submersible, enclosed, electric motor in the vertical position with a horizontal discharge 3) Shall be designed to connect to the existing electrical interface and discharge conduit used by the current bilge pump. All mechanical connections shall be ANSI standard sizes. 4) Shall be submersible in fresh and salt water 5) Shall operate at a minimum water depth of 18" 6) Shall deliver 100 gpm against 20' static head pressure while not exceeding a 55A current draw 7) Shall not run until it is exposed to fresh or salt water under the conditions mentioned above 8) Motor shall be DC rated at 27.5 VDC 9) Shall operate in 125°F temperature and after being stored in 160°F ambient temperature 10) Shall operate in -25°F temperature and after being stored in -65°F ambient temperature 11) Normal operation noise shall be mitigated to 85 dB 12) Pump weight shall not exceed 30 lbs (threshold), 15 lbs (objective) 13) Shall fit into the existing forward and rear envelopes of the AAV, which are: forward envelope: 22.75"L, 16"W, 12"H, rear envelope: 24.75"L, 26.5"W, 5.5"H 14) The electric bilge pump must have a Technology Readiness Level (TRL) of 7 and Material Readiness Level (MRL) of 8 to provide rapid procurement and a sustainable production line 15) The electric bilge pump shall also have the capability to transmit a dual output signal to the AAV driver's compartment identifying to the vehicle operator the pump circuitry is activated and when the pump actuates to expel fluid from the vehicle. Provide unlimited Government usage of Level 3 technical data IAW MIL-STD 31000A for the pump and any required ancillary components necessary for functionality. The availability of this information will be a key component of the trade study results. Program Manager, Advanced Amphibious Assault (PM AAA), Director, Assault Amphibious Vehicle (AAV) has tasked NSWCDD to perform market research data collection to complete this trade study. Under this effort, NSWCDD is collecting data on a broad spectrum of bilge pump solutions that will meet the defined requirements. Vendors are invited to respond to the Specific Information Requested Section below for any proposed bilge pump solutions. The Assault Amphibious Vehicle and current bilge pump visual demonstrator will be made available to interested vendors during the following two-week period at NSWCDD's location subject to Technical Point Of Contact (TPOC) availability: 28 April 2014 through 12 May 2014 The Government will use this information to aid in determining the plausibility of solutions to be fabricated and tested to verify if they meet the requirements. Specific Information Requested: (1) Interface documents, if available, describing bilge pump mechanical and electrical interfaces. (2) Any documentation describing pump specifications, features, etc. (3) Bilge Pump CAD model in IGES or STEP format, if available. Models should contain enough exterior detail to represent the mechanical space claim of the bilge pump. Interior detail not required. "Dummy" or exterior-only models are preferred. (4) Known Failure Reporting and Criticality Analysis System or Fault Tree Analysis data on the device to be presented. Please include maintenance and design resolution information as well. In addition to the technical information above, please include: Company Name and Address Point of Contact (to include phone/fax/e-mail) Corporate POC (to include phone/fax/e-mail) Technical POC (to include phone/fax/e-mail) Shipping Address Cage Code NAICS Codes Business Size and Status Type of Small Business (if applicable, i.e. 8(a), woman-owned, HUB zone, etc.) Capability Statement Past History (for previous similar contracts awarded/held) Other material (relevant to establishing core competencies of the firm) NSWCDD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and or site visit as deemed necessary by 11 July 2014. At no cost to the Government, responding vendors/offerors may continue technical dialogue via this market survey through the Contract Specialist after the initial response is provided. NSWCDD Requests Offerors' Responses No Later Than Close of Business 12 June 2014. Submissions will be accepted after this date, but feedback may not be as timely or contribute to NSWCDD's strategic planning. All communications with industry must be coordinated through the cognizant Contract Specialist, Dora Fauntleroy. Information should be e-mailed to dora.fauntleroy@navy.mil or mailed to Naval Surface Warfare Center, Dahlgren Division (NSWCDD) 17632 Dahlgren Road, Ste 157, Dahlgren, VA 22448-5110. Responses should be labeled with the Request For Information Number N00178-14-Q-4275. Information received shall be treated as Business Sensitive and will not be shared outside Government activities and agencies without permission of the provider. Any information supplied under this RFI shall be provided free of charge to the Government. All responses shall be unclassified. Information and materials submitted in response to this request will NOT be returned. If responses contain proprietary data, it shall be marked appropriately. It is the respondent's responsibility to clearly define to the Government what is considered proprietary data. Any responses to this announcement should reference RFI N00178-14-Q-4275 and should be directed to Dora Fauntleroy, 540-653-7077, or e-mail: dora.fauntleroy@navy.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVSEA/N00178/N0017814Q4275/listing.html)
- Record
- SN03350121-W 20140430/140428234443-205f0d7704ee416ad2a2a7b0415808b9 (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 |