Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 16, 2017 FBO #5592
SOURCES SOUGHT

16 -- Generator Control Unit (GCU) Redesign/Replacement for the V-22 Aircraft

Notice Date
3/14/2017
 
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
N00019-19-RFPREQ-PMA-275-0036
 
Archive Date
7/31/2017
 
Point of Contact
Bobbie Jo Goddard, Phone: 3017571674, Heather M. Brensinger, Phone: (301) 757-5227
 
E-Mail Address
bobbie.goddard@navy.mil, heather.brensinger@navy.mil
(bobbie.goddard@navy.mil, heather.brensinger@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought for Generator Control Unit (GCU) Redesign/Replacement for the V-22 Aircraft 1.0 Introduction The Naval Air Systems Command (NAVAIR), Program Executive Officer, Air, Anti-Submarine Warfare and Special Weapons (PEO-A), V-22 Joint Program Office (PMA-275) is seeking sources to (1) remove the Generator Control Unit (GCU) from the V-22 Constant Frequency Generators (CFGs) and Variable Frequency Generators (VFGs), and (2) design a new GCU that is common to the current CFG and VFG. The new common GCU will be a separate Weapon Replaceable Assembly (WRA) that is not mounted in or on the current CFG and VFG, but is instead located away from the current CFG and VFG generators on the V-22 aircraft. 2.0 Disclaimer THIS ANNOUNCEMENT CONSTITUTES A SOURCES SOUGHT NOTICE. THIS SOURCES SOUGHT IS ISSUED AS MARKET RESEARCH SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS SOURCES SOUGHT DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. THESE REQUIREMENTS ARE SUBJECT TO CHANGE AND THE INFORMATION PROVIDED BELOW IS FOR INFORMATIONAL PURPOSES ONLY. THE FINAL REQUIREMENT WILL BE DEFINED UNDER A FORMAL RFP. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS SOURCES SOUGHT NOTICE. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS SOURCES SOUGHT WILL BE SOLELY AT THE EXPENSE OF THE INTERESTED PARTY. NOT RESPONDING TO THIS SOURCES SOUGHT DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. 3.0 Background The V-22 aircraft has two 50/80 kVA VFGs manufactured by Honeywell and two 40 kVA CFGs manufactured by UTC Aerospace Systems (UTAS). The VFG is a 4-pole generator that operates from 10,800 to 13,700 rpm and provides 360 to 457 Hz 115/200 V ac power. The CFG is a 2-pole Integrated Drive Generator (IDG) that operates from 15,300 to 22,184 rpm and provides 400 Hz 115/200 V ac power. Both generators are synchronous-wound rotor machines, with a Permanent Magnet Generator (PMG) that provides power to the GCU. The GCU controls the output voltage by modulating the exciter field. The CFG GCU also controls the speed of the generator rotor by monitoring a magnetic pickup sensor and controlling a servo valve. Both generators have unique GCUs that are directly integrated with the generators as a single part. The generators are located in an exposed environment that is hostile to electronics. As such, the current GCU locations are exposed to high vibration, temperature extremes, water, salt spray, and aircraft fluids. The Government has concluded that separating and relocating the GCUs into a more benign environment will improve CFG and VFG reliability. The Government is soliciting sources to provide a solution for a common GCU to control both existing V-22 generator types: two VFGs (Honeywell) and two CFGs (UTAS); and identify post-GCU separation generator work required for the VFGs and CFGs on the V-22 aircraft. The Government intends to utilize the responses to determine what sources are available in the marketplace to complete the requirements of the SD-572 Detail Specification that will be provided with the Government Furnished Information (GFI) package for this Sources Sought Notice. The Government does not own the data rights for the VFG, CFG or existing GCUs; therefore the Government has developed an approved performance specification and draft Interface Control Document for the required Common GCU, which will be provided with the GFI package. The information requested with this Sources Sought Notice will assist the Government in determining potential business sources that have the assets, skills, experience, financial stability, qualifications, rights to technical data, and knowledge required to support the requirement. 4.0 Eligibility The applicable NAICS code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1680. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size (see paragraph 5.0). 5.0 Requested Information Interested parties must first submit a Letter of Intent (LOI) with supporting documentation required to obtain authorization to receive GFI associated with this effort. GFI shall be provided to interested sources upon authorization. The LOI shall include the following information to verify credentials (do not submit classified information): 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include any existing licensing agreements with VFG and CFG Original Equipment Manufacturers (OEMs) which may allow access to technical data required to fulfill the requirements 2. CAGE code, DUNS Number, and mailing address 3. Business size. Indicate whether Contractor is a Large Business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 4. POC information and mailing address to receive the GFI package 5. POC to receive additional information or clarification 6. POC for non-disclosure agreements (NDA) 7. Signed GFI NDA 8. Blank Copies of Respondent's NDA to give to an NDA Negotiation POC if that is so desired (see Paragraph 6.0 Data Markings for more details) After receipt of the GFI, NAVAIR expects to receive from each respondent an UNCLASSIFIED Full Response with their capability/concept summary, which contains a description of technical data defining the proposed GCU redesign concept. The concept summary shall be written from a system solution perspective showing how the concept and development methodology could satisfy the following requirements: • A common GCU design to control both the VFG and CFG (With two (2) VFGs and two (2) CFGs, there will be a total of four (4) GCUs (one (1) GCU for each generator)) • Direct control by GCUs of line and bus tie contactors • GCU Ethernet capability to coordinate and optimize system control and protection and provide system data • Integration inside the GCU of a government-furnished health monitor module collecting data for prognostics, diagnostics and load monitoring via Ethernet to send data to other devices • Rework of VFG to remove present GCU, cover openings, add MIL-DTL-38999 Series III electrical connectors for signals to/from GCU, and make UID and other nameplate data readable by GCU over a wired connection • Rework of CFG to remove present GCU, cover openings, seal and bypass GCU oil ports, add MIL-DTL-38999 Series III electrical connectors for signals to/from GCU, and make UID and other nameplate data readable by GCU over a wired connection Each capability/concept summary should include at a minimum: 1. Description of the proposed solution for a common GCU to control both VFG/CFG 2. Description of CFG rework to remove the old GCU and provide the required electrical interface to the new common GCU 3. Description of VFG rework to remove the old GCU and provide the required electrical interface to the new common GCU 4. A detailed list of anticipated end product physical and performance characteristics/ technical data 5. How the proposed solution meets the performance requirements stated in the GFI package 6. Reliability and maintainability, and affordability characteristics 7. Platform and support equipment integration/interface concepts 8. Integration/interface methodology 9. Potential for the GCU concept to support increases in generator and power distribution capacity that are in the realm of possibility and any potential power growth 10. Design provisions to support incremental upgrades 11. Technology insertion opportunities 12. An assessment of the Technology Readiness Level (TRL) of the proposed product to include key subsystems and a description of the Manufacturing Readiness Level (MRL) 13. Options for life-cycle sustainment support utilizing existing commercial and/or Government (Department of Defense (DOD)) infrastructure 14. Identify how depot level repair will be provided 15. Rough Order of Magnitude (ROM) costs for design, development and kit 16. Prospective offerors MUST address any existing licensing/agreements and their planned approach for integration of the proposed solution in cooperation with the existing GCU/Generator OEMs, and the V-22 aircraft manufacturer. 17. In addition, any feedback or comments on the SD-572 and GCU Detail Specification provided as GFI would be appreciated. 6.0 Responses Data Markings. In order to complete its review, NAVAIR must be able to share a respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data-Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions (both the LOI and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign owned, controlled or influenced (FOCI) concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. Letter of Intent (LOI). Responding parties must submit an unclassified LOI, not to exceed six single-spaced pages to Ms. Bobbie Goddard (bobbie.goddard@navy.mil) no later than 4:00 PM Eastern Daylight Time (EDT) 31 March 2017. Record of Receipt. Responding parties must submit a record of receipt of the GFI package to Ms. Bobbie Goddard (bobbie.goddard@navy.mil) within 2 work days of receipt. Full Response Submissions. Full response submissions to the above requested supporting data must be received no later than 30 calendar days after receipt of GFI package to the following address - NAVAL AIR SYSTEMS COMMAND ATTN: Ms. Bobbie Goddard (AIR-2.3.3.2.4) 47123 BUSE ROAD, BLDG 2272, SUITE 155 PATUXENT RIVER, MD 20670-1547 Provide full response via two hardcopies and two CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response have a page limit of 40 pages, and must be in English. Classified information or material SHALL NOT be submitted. 7.0 Questions Questions regarding this sources sought can be directed to Ms. Bobbie Goddard (bobbie.goddard@navy.mil). 8.0 Summary THIS SOURCES SOUGHT NOTICE IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-19-RFPREQ-PMA-275-0036/listing.html)
 
Record
SN04434992-W 20170316/170314234852-01f8545a81ee6d8121084dd27d3f3ce4 (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.