SOURCES SOUGHT
16 -- Aircrew Retraint System
- Notice Date
- 4/3/2017
- 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
- N00019-17-RFPREQ-PMA-276-0086
- Archive Date
- 5/18/2017
- Point of Contact
- Lindsay G. Hurley, Phone: 3013428138
- E-Mail Address
-
lindsay.hurley@navy.mil
(lindsay.hurley@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Aviation Systems Command (NAVAIR) is conducting a market survey of Industry via this Request for Information to determine potential interested sources that have the skills, experience, qualifications, and knowledge required to produce an Aircrew Restraint System (ARS). NAVAIR is looking for sources that have or can produce an Aircrew Restraint System (ARS) that limits the motion and displacement of users and retains a mobile crew member in the cabin of the UH-1Y aircraft during a potentially survivable mishap, hard landing, accidental fall, or other extremis condition, in accordance with the objectives/requirements detailed herein. •1. The ARS shall retain the user when exposed to the military rotary wing crash environment. •2. The ARS shall remove excess slack between the user and the airframe attachment point. •3. The ARS shall retain the user within the confines of the aircraft cabin in the event of a fall from aircraft openings. •4. The restraint system shall allow the crewmember to perform all mission tasking as summarized in the 01-110HCG-1 NATOPS and the NAVMC 3500.20B Training and Readiness Manual. •5. The ARS shall be used with the following aircrew vests and associated Aviation Life Support Systems (ALSS): CMU-37/P, Aircrew Endurance (AE) vest, PRU-70, the Improved Modular Tactical Vest (IMTV), and the Plate Carrier (PC). •6. The ARS shall be capable of restraining aircrew or non-aircrew personnel without the need for ALSS. •7. The ARS shall be engineered to be installed and uninstalled from existing aircraft cabin connection points identified in the 01-110HCG-1 NATOPS. •8. The ARS shall have a single motion intentional release from the crewmember. •9. All functions of the ARS shall be able to be completed with a single gloved hand in starlight conditions. •10. The ARS shall allow for ambidextrous operation. •11. The ARS shall maintain all functionality during and after exposure to the operating environmental conditions. Additional information is available. Once you have reviewed the requirements herein and determined that your company can potentially meet them you may request the additional information via e-mail. See the Contracting Office contact information contained in this announcement, NO PHONE CALLS WILL BE ACCEPTED AT THIS TIME. Any written response to this RFI is requested to be limited to no more than 25 pages (letter size) in length, single spaced, 12 point font minimum. If the material provided contains proprietary information, please mark and identify disposition instructions (submitted data will not be returned). The response should include, but is not limited to, the following: •a) One page company profile to include Small Business Administration (SBA) business size classification, number of employees, cage code, DUNS number, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime Offeror or to inquire about subcontracting possibilities, points of contact who are able to discuss the material submitted. •b) A description of the company's past experience and performance in the design, qualification and production of ARS. c) The Offeror shall describe in detail the proposed construction of the ARS. The materials and procedures used. Please include material specification. •d) Any other technical information the company deems necessary to aid the Government in making an informed assessment such as resources available, corporate management, facilities and manning to be assigned to the project, design and systems engineering, design verification, first article and qualification testing, planning, coordinating and conducting tests to prove system performance, and systems integration, manufacturing and delivering hardware. IMPORTANT INFORMATION: Registration in the Department of Defense (DoD) Central Offeror Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://ccr.gov/index.cfm. This program may include information that has been designated as "Distribution Statement D" and is only releasable to current and approved DoD contractors. In addition, the program may require a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State's International Traffic in Arms Regulations (ITAR) protecting National Security. Data may not be exported with an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. As such, documents contain data whose export/transfer/disclosure is restricted by U.S. law and dissemination to non-U.S. persons whether in the United States or abroad requires an export license or other authorization. Disclosure on the control drawings requires verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as define under the U.S. Department of State website. http://pmdtc.org/licenses.htm. For any foreign firm, the request must include proof of a current and applicable approval, authorization, or license under E.O. 12470 or the Arms Export Control Act if applicable. THIS IS A SOURCES SOUGHT/REQUESTING INFORMATION ONLY. IT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential business sources prior to determining the method of acquisition and issuance of a Request for Proposal or Solicitation, including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this sources sought. This sources sought is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential Offeror's responsibility to monitor this site for the release of any follow-on information.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-17-RFPREQ-PMA-276-0086/listing.html)
- Record
- SN04457406-W 20170405/170403234805-33b891bacf0be5bfb0cc2c9e768371af (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 |