MODIFICATION
28 -- V-22 Engines Sources Sought
- Notice Date
- 9/9/2014
- Notice Type
- Modification/Amendment
- NAICS
- 336412
— Aircraft Engine and Engine Parts 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
- N00019-14-RFI-0039
- Point of Contact
- Timothy C. Ayers, Phone: 3017575944, Christopher A Rawlings, Phone: 301-757-9999
- E-Mail Address
-
timothy.c.ayers@navy.mil, Christopher.Rawlings@navy.mil
(timothy.c.ayers@navy.mil, Christopher.Rawlings@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS REQUEST IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED. This notice is being issued as a Request For Information (RFI). The US Naval Air Systems Command (NAVAIR), Program Executive Office (PEO) Assault (A), V-22 Joint Program Office (PMA-275) is seeking information from industry on alternate power plant solutions capable of powering all MV/CV-22 (all models) Osprey as well as any Foreign Military Sales aircraft in a safe, reliable, cost effective, and sustainable manner which demonstrate a best value to the Government. The information should address both the feasibility for production incorporation and retrofit of all fielded V-22 aircraft. The power plant should be capable of integrating into the MV-22B, MV-22C, and CV-22C models with minimal impact to aircraft operation and physical systems. All Development concepts should outline an approach that ensures maximum utilization of existing infrastructure and platform integration elements that already exist for previously fielded systems. As a result of this RFI, the Government expects to receive responses from interested and capable sources in the form of a concept summary paper containing a description of technical data defining the proposed concept. The concept summary paper shall be written from a system solution perspective showing how the concept and development methodology could satisfy requirements captured below. Each concept summary paper should include a top level description of the proposed power plant development concept, a detailed list of anticipated end product physical and performance characteristics, scope of development effort, reliability and maintainability characteristics, equipment integration/interface concept, design provisions to support incremental upgrades, technology insertion opportunities, an assessment of the Technology Readiness Level (TRL) of the proposed product including key subsystems, a description of the Manufacturing Readiness Level (MRL) for the proposed product, and finally an assessment of operational engine support costs per Engine Flight Hour (EFH) not to include fuel consumption. The summary paper should describe options for life cycle sustainment support utilizing existing commercial and/or government (DOD) infrastructure where available. The following requirements should be addressed in your concept summary paper as they minimize impact to current V-22 operations and power plant integration. •1. Performance •1.1. Max Continuous Power Rating of no less than 6,100 Shaft Horsepower (min) @ 15,000 RPM Output shaft speed (Np), Sea-Level Standard Day (ISA +0) thermally stable conditions •1.1.1. SFC 0.42 @ above power setting or rated power point. •1.2. Operate with variable output shaft speed (Np) between 6,500 and 15,570 RPM •1.3. Operate (-)2,000 ft to 25,000 ft Pressure Altitude •1.4. Operate (-)60 ⁰ F to 130 ⁰ F •1.5. Maintain Positive Surge Margin at all operating conditions •1.6. Operations in a high dust/sand/debris loaded environment, up to 1700 mg/m3. •2. Environmental requirements consistent with JSSG-2007 •3. Control •3.1. Communicate with aircraft systems via MIL-STD-1553 Data Bus •3.1.1. Provide engine parameters to include but not limited to: Output Torque, Output speed, Governable Speed(s)/Temperature(s)/Fuel Flow, Vibrations •3.1.2. Provide real-time engine health and associated diagnostics/faults monitoring •3.1.3. Provide starter engage/disengage requests •3.1.4. Accept Power Demand Signal (PDS) •3.1.5. Accept Start/Shutdown Commands •3.2. Self-govern all aspects of engine with sufficient redundancy using only Power Demand (PDS) input •3.3. Engine shall be controlled by dual-channel (min) digital controller(s) •3.4. Operate all aspects of engine using 28V DC aircraft power •4. Physical •4.1. Proposed engines shall fit into the current V-22 nacelle(s) with minimal structural or external modification. Options for modification of current inlet and exhaust conditioning systems will be considered. Current Nacelle engine envelope is L: 78.085in, W: 29.77in H:34.46in and/or nacelle interfaces at ESTA 51.945-129.01, Eng BL 85.63-114.74, Eng WL 78.10-115.33. •4.2. Operate engine between (-)60 to 120 degrees above horizontal plane, (-)60 to 60 degrees roll about the horizontal axis, and (-1) g to 4 g maneuvering load. •4.3. Engine shall be mountable in either left or right hand nacelles with minimal, on-site configuration changes required The Government may request additional information upon review. Responses to this RFI are not to exceed 10 pages in length on 8.5 x 11 paper with one inch margins and font no smaller than 10 pt. Times New Roman or Courier New. A two sided page will be considered one page for the purpose of counting the 10 page limit. Responses may include multiple concepts. The Government requests that the respondents deliver responses electronically via e-mail in Microsoft Word or PDF format with proper markings for unclassified and proprietary information within 15 days of the publication date of this RFI. All submissions should include RFI Reference Number, company name, CAGE code and DUNS number. Acknowledgement of receipt will be provided. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207. All submissions must be clearly marked with the following caption: For Official Use Only, Releasable to Government Agencies for Evaluation Purposes Only. Concept summary papers that fail to comply with the above instructions or present ideas not pertinent to subject, may not be reviewed. All information received in response to this RFI that is marked proprietary will be handled accordingly. Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Note: If the interested party is a foreign concern or if a US interested party has a team member or partner who is a foreign entity, adherence to all International Traffic and Arms Regulations (ITAR) is required. The capability statement package shall be sent by e-mail to Contract Specialist Timothy C. Ayers at Timothy.C.Ayers@navy.mil. •17. Place of Contract Performance: (not needed) •18. Set-aside Status: (not needed)
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-14-RFI-0039/listing.html)
- Record
- SN03502300-W 20140911/140909235908-d5c3e0e6523644f54a8a16199d5c680c (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 |