Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 09, 2017 FBO #5769
SOURCES SOUGHT

58 -- Marker, Location, Marine (MLM) Launcher, or ‘Drop Tube’ (DT)

Notice Date
9/7/2017
 
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, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N6833517R0438
 
Archive Date
10/7/2017
 
Point of Contact
George Ball, Phone: 7323231862
 
E-Mail Address
george.ball1@navy.mil
(george.ball1@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Marker, Location, Marine (MLM) Drop Tube (DT) Naval Air Systems Command (NAVAIR) Naval Air Warfare Center - Aircraft Division (NAWCAD) RFI Number: N68335-17-R-0438 Classification Code: 5845 - UNDERWATER SOUND EQUIPMENT NAICS Code(s): 334511 - Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) -. This RFI is issued 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 request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site fort the release of any follow-on information. BACKGROUND/ PURPOSE/ TECHNICAL REQUIREMENTS Naval Air Systems Command (NAVAIR), Naval Air Warfare Center - Aircraft Division (NAWCAD) (AD-5.0X) AIRWorks is soliciting information and comments from industry on its ability to provide a non-developmental or Commercial Off the Shelf (COTS) Marker, Location, Marine (MLM) Launcher, or ‘Drop Tube' (DT) to be installed on a C-27J aircraft. The drop tube system is envisioned as being composed of a single launch tube, power/control system interface, stores release switches for the aft observers, and other safety interlocks (such as weight on wheels interlock switches). The drop tube system will need to operate on a fixed wing aircraft. The drop tube shall be self-contained and should not impede cargo operations or the opening of the cargo ramp or doors while in flight, and should not reduce the cargo capability/ capacity of the aircraft. The drop tube should be able to be fired from a panel at each observer window location (two) and should not require explosive style ejection mechanism. The drop tube shall have a usable envelope at altitudes of 200 feet through 5,000 feet AGL with launch capability of aircraft speeds from 50 KCAS up to and including 200KCAS. In addition, the MLM DT system should: • Be capable of launching the MK 58 and MK 25 MLMs. • Be capable of launching Self Locating Datum Marker Buoys. • Be capable of being loaded, re-loaded, and/or unloaded by one crew member while in flight with the aircraft cabin pressurized (a pressure differential exists between the cabin and the external ambient environment) without de-pressurizing the aircraft. • Be capable of launching MLMs without de-pressurizing the aircraft cabin. • Be capable of launching an MLM one-at-a-time (single shot), or more than one marker in rapid sequence before reload. • Include an indicator to show when the system is loaded/ not loaded. • Possess a launch tube that is removable above the base mount. • Not impede cargo operations or the opening of cargo ramp and doors while in flight. • Not reduce the cargo capability/capacity of the aircraft. • Be capable of launching MLMs up to and including 30 degrees aircraft angle of bank (steady state turn). • Launch MLMs by means OTHER THAN an explosive-style ejection mechanism. • Allow for safe stores separation. • Be commanded to launch by depression of one of multiple stores release switches located in the aircraft. • Incorporate a WOW safety interlock override switch (red guarded) for on-deck safety. • Incorporate a WOW safety interlock override switch (red guarded) for ground maintenance testing purposes. • Incorporate a "Master Arm" interlock switch in the cockpit to energize/ de-energize launch power to the drop tube system. The vendor shall respond as to whether or not the system/subsystem is certified for airworthiness on military fixed wing aircraft or carry a commercial supplemental type certification (STC). The current mission upgrades to the C-27J into the HC-27J require the integration of nineteen (19) subsystems, sensors, and radios to support the USCG maritime patrol missions. The configuration of the Mission Suite (MS) shall maintain as much commonality and supportability with the HC-130J, HC-144 and other USCG Maritime and USCG Minotaur platforms as possible. Two of the primary requirements for this procurement require that the drop tube system must be such that it is currently in the USCG inventory. Additionally, the USCG requires that all items be state of the market non-development items (NDI). Government Furnished Property (GFP) will NOT be provided and the USCG requires new procurement equipment only. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated contractual point of contact. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business.) Section 2 of the response shall provide technical information, and shall include the following as a minimum: • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Responses that include information detailing potential tradeoffs or alternative solutions is encouraged. • Respondents are requested to provide MLM DT details specifically addressing the operational/ technical data and information identified below: 1. Production lead time for each major component, ensuring items with the longest lead time are identified 2. Unit Price 3. List of existing Certification and Standards 4. Licenses and air time requirements 5. Reliability Data/ Test Results (mean time between failure information and mean time between demand per component) 6. Air Time Services (available providers, units, global coverage areas, describe plans) (if applicable) 7. Projected end of life (EOL) date 8. Shelf life, stored 9. Launch altitude, minimum and maximum 10. Launch speed, minimum and maximum 11. Scuttle process 12. Minimum economic order quantity (if applicable) a. Total quantity of units sold to date b. Date of delivery of first unit c. Date of delivery of most recent unit d. Any available discounts 13. Describe warranty options 14. Built-In Test and Built-In Test Equipment (BIT/ BITE) (calibration/ measurement/ traceability) (if applicable) 15. Describe training/ technical materials 16. Provide a functional block diagram of the product/ system, describing all inputs and outputs of external systems 17. Electronic Function Select (EFS) 18. Command Function Select (CFS) 19. Describe how each major component is to be mounted/ fixed to the aircraft 20. Provide a list of the recommended spare parts for each major component of the product/ system 21. Describe the Operating/ Technical characteristics: a. Safety Protections b. Warning types (pre-programmed, configurable) c. System test and diagnostic capabilities (user initiated, auto generated) d. Redundancy design e. Spare parts list 22. Provide screenshots of the key operational screens for the primary user device, with a brief explanation of each screen 23. Provide operation & maintenance (O&M) manual format information to include how the data is displayed 24. Describe the Operating/ Technical characteristics for each major component: a. Dimensions (height x width x depth) b. Weight, in pounds, filled and unfilled c. AC/DC power requirements (voltage/ current while in operation and stand-by modes) d. Batteries: types and estimated battery life (if applicable) e. Environmental protections/ military standard ratings (water resistance, electromagnetic interference (EMI) certifications, shock/ vibration certifications, overvoltage, overcurrent, airworthiness certifications, etc.) f. Operating and storage temperature limits (maximum and minimum) (Celsius) g. Humidity range limits, in Relative Humidity (RH) (operating & non-operating) h. Canister Type and material i. Availability in sea water and/ or fresh water activation j. Filling/ composition k. Smoke/flame emission time, minimum and maximum l. Ignition m. Probe descent rate n. Operating depth o. Operating life i. Type ii. Delay p. Packaging i. Units per carton ii. Carton type iii. Carton dimensions iv. Carton volume v. Gross weight q. Explosive Classification r. NATO Stock Number (NSN) s. Describe additional Navigation data interfaces t. Range specifications under Operating/ Technical characteristics u. Maintainability: activation, verification of operation ease v. Minimum and maximum drop distance w. Safety requirements during launch operation x. Mechanical interfaces between drop tube and aircraft y. Electrical interfaces between drop tube and aircraft 25. Describe launching methods (i.e. by hand, sonobuoy) 26. Describe activation method(s) 27. Airworthiness data and documentation including any certifications 28. What category/categories of the ITAR's (International Traffic in Arms Regulation) United States Munitions List (USML) and/or the EAR's (Export Administration Regulation) Commercial Control List (CCL) apply to the system/subsystem being purchased? • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ), or Department of Homeland Security (DHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with e-mail address and phone number could be identified. • The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION The following non-government participants will have access to offeror's responses to RFIs and proposals as well: CRL Technologies, Inc. 46591 Expedition Drive, #300 Lexington Park, MD 20653 JF Taylor, Inc. 21610 South Essex Drive Lexington Park, MD 20653 Global Technologies Management Resources, Inc. 44145 Airport View Drive, #102 Hollywood, MD 20636 Booz Allen Hamilton 46950 Bradley Blvd. Lexington Park, MD 20653 ManTech 44610 Expedition Drive Lexington Park, MD 20653 Avian, LLC 22111 Three Notch Road Lexington Park, MD 20653 HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail to the Contracts Coordinator, George Ball, at georgeball1@navy.mil. The Contracting Officer, Tom Kracinovich, shall also be copied on email submissions at Thomas.kracinovich@navy.mil. Propriety information, if any, should be minimized and must clearly be marked. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. Responses are due no later than 22 September 2017, 5:00 PM EST. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential vendor'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/N68335/N6833517R0438/listing.html)
 
Record
SN04667502-W 20170909/170907233448-1abc520aadb1ecb6f5bd8b2f6c71fd9f (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.