Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 19, 2015 FBO #5017
SOURCES SOUGHT

58 -- Request for Information for AN/SPN-50(V)1 - Spreadsheet

Notice Date
8/17/2015
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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
(RFI)_N00019-15-0081_08-17-15
 
Archive Date
9/9/2015
 
Point of Contact
Virginia Perry-Aldridge, Phone: 301-342-9920, William D Gentry, Phone: 301-757-7069
 
E-Mail Address
virginia.perry-aldri@navy.mil, william.gentry@navy.mil
(virginia.perry-aldri@navy.mil, william.gentry@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
RFI_N00019-15-0081_08-17-15 Spreadsheet for submittal with RFI REQUEST FOR INFORMATION: In accordance with FAR 15.201, the Naval Air Systems Command (NAVAIR) issues this Request for Information (RFI). THIS RFI IS NOT A SOLICITATION. IT IS MERELY A REQUEST FOR INFORMATION. Responses to these notices are not offers and cannot be accepted by the Government to form a binding contract. In addition, THE GOVERNMENT WILL NOT PAY FOR THE INFORMATION SUBMITTED IN RESPONSE TO THIS REQUEST FOR INFORMATION. The United States Navy has a requirement for a AN/SPN-50(V)1 system operating in C Band. Therefore, the program is requesting clarification to the following questions to facilitate the RFP release: 1. Please provide a Rough Order of Magnitude (ROM) for the cost of two unmodified systems from your production line that will be used as the basis for development of the final SPN-50 configuration. (Provide all cost values in today, 2015, dollars). 2. Provide the predicted series MTBF of your current system using the MIL-HDBK-217 (or commercial equivalent) prediction methodology. Either a parts count or stress analysis prediction is acceptable. Provide the assumptions used, including: •· Usage Environment: Naval sheltered, Naval unsheltered, Ground benign, etc. •· Operating Temperature •· Pi Factors (if applicable): stress, temperature, environmental, quality, etc. •· Duty cycling used (if applicable) •· Failure rate data source: MIL-HDBK-217, Bellcore/Telecordia, Non-electronics Part Reliability Data, Handbook of Reliability Prediction Procedures for Mechanical Equipment (issued by the Naval Surface Warfare Center), etc. The attached excel spreadsheet may be used to document the prediction. If a commercial prediction tool is used (e.g. WindChill, Lamda Predict, 217+, etc.), provide the assumptions used along with the detailed worksheets. In either case, the data provided shall include the information requested on the spreadsheet. Input entries to the prediction shall be at the Bill of Material (BOM) level and data shall be rolled up to Sub-System and System level. If the predicted series MTBF of your system is not greater than 21,120 hours, please address the following: •1) Do you have fault tolerance / redundancy built into your design that would result in a series/parallel mission MTBF prediction of at least 21,120 hours? If so, describe the system level redundancy and impact to mission reliability. •2) Provide any improvements that could be made to the design in order to achieve a series/parallel mission MTBF prediction of at least 21,120 hours. This could include but is not limited to adding fault tolerance/redundancy, use of more reliable parts, increased cooling, etc. For each improvement, please provide: • i. A description of the improvement (noting affected parts, affected software, levels of redundancy, etc.). • ii. A ROM of cost for Non-Recurring Engineering and/or cost for redesign & test. • iii. A ROM of cost for Recurring Unit Cost impact. • iv. Size Weight and Power (SWaP) impacts. • v. Schedule required to implement the improvement. • vi. Any other program implications. •3) How does your design account for software impacts to system reliability? ADDITIONAL INFORMATION: Respondents submit information at their own risk; submission of a response to this request will NOT obligate the Government in any manner. The Government will NOT reimburse the respondent for any cost associated with the information submitted in response to this request. Proprietary or restricted information shall be marked as such and will be protected and used only for the purposes of this RFI. Do NOT submit classified information in your RFI response. This RFI does NOT constitute an invitation for bid or request for proposal. Any procurement action for the AN/SPN-50(V)1 will be the subject of a separate, future announcement. The Government may request follow-on communication, as a result of this RFI. The Government will NOT reimburse the respondent for any cost associated with participation in the follow-on communication. Responses to this RFI will not be returned. BUSINESS INFORMATION: Please submit responses to this RFI via e-mail to Mrs. Virginia Perry-Aldridge at virginia.perry-aldri@navy.mil. As you may be transmitting proprietary data, you are cautioned that NAVAIR has an unsecured (unclassified) e-mail network and limited ability to receive large attachments. In the event that you desire to transmit an attachment that is larger than 5MB, please contact Mrs. Virginia Perry-Aldridge prior to e-mail submittal. If these constraints preclude e-mail submittal of your response; you may contact Virginia Perry-Aldridge at (301) 342-9920 to arrange for alternative means of submittal. The response shall include: 1) technical data as requested above; 2) cost data as requested above; 3) company name and address, cage code, business size and status, and a point of contact. Please submit your response no later than 2:00 p.m., Eastern Daylight Time, on 25 August 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/(RFI)_N00019-15-0081_08-17-15/listing.html)
 
Record
SN03841427-W 20150819/150817234815-393dfdab3f3ca3fe6dc040de73fc3ca7 (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.