Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 31, 2018 FBO #5913
MODIFICATION

15 -- Sources Sought for Water Separator Replacement for the E-6B Aircraft

Notice Date
1/29/2018
 
Notice Type
Modification/Amendment
 
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
N00019-18-4-707-300
 
Archive Date
3/27/2018
 
Point of Contact
CAPT Kevin L. Snode, Phone: 301-757-4204, LCDR David A. Schultz, Phone: (301) 995-4563
 
E-Mail Address
kevin.snode@navy.mil, david.a.schultz@navy.mil
(kevin.snode@navy.mil, david.a.schultz@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SYNOPSIS: SOURCES SOUGHT FOR WATER SEPARATOR REPLACEMENT FOR THE E-6B AIRCRAFT. CURRENT PART NUMBER: 753622-1, CAGE: 73030, NOMENCLATURE: SEPARATOR, WATER, SPEC: 204-13027-5. 1.0 U.S. Navy Activity The Naval Air Systems Command (NAVAIR), Program Executive Officer, Air, Anti-Submarine Warfare and Special Weapons (PEO-A), Airborne Strategic Command, Control and communications Program Office (PMA-271) is seeking sources capable of providing replacement Water Separators used in the E-6B aircraft. 2.0 LEGAL NOTICE 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 SOURCE 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 Water Separator is utilized on the Navy E-6B aircraft. The current Water Separator is approximately 25 years into its service life. The Navy is looking to replace the current inventory with a minimum procurement of 30 each new Water Separators with a similar service life of 20-25 years. The Navy is also seeking a form, fit, and function retrofit candidate with installation procedures that are capable of being performed by Organizational Level (O-Level) maintenance. The offeror should propose their plan to provide engineering and logistics support information that will allow the Navy to maintain (remove, replace, test and troubleshoot) the Water Separator at the O-Level. 4.0 Water Separator operations. 4.1 Finely dispersed water particles that enter the Water Separator from the turbine discharge and bypass air are coalesced into particles large enough to be collected. The Water Separator consists of a coalescer bag, vortex generator, moisture separator, and separator bypass valve. 4.2 Air entering the Water Separator passes through the coalesce bag where it is filtered for large water particles and dirt. The coalescer bag causes small particles of water to combine to form large particles of water that are removed more easily. The air then passes through the vortex generator where smaller water particles are centrifuged into the collector wall. A scupper at the air outlet traps the water in the collector where it is drained out the bottom. 4.3 The Water Separator is capable of removing 82 to 85 percent of the moisture in wet air. Should the coalesce bag become clogged with dirt or other foreign matter, the separator bypass valve will permit airflow through the separator. Drain water from the separator is used by the water aspirator to help cool a heat exchanger. In the pack automatic mode, the temperature of the air entering the separator is limited to a minimum of 37 °F by the bypass valve to prevent separator icing. Any moisture not removed by the separator will evaporate in the cold air manifold or exit through the cold air manifold overboard drain. The Water Separator weighs 21 pounds. 4.4 The Water Separator Differential Pressure Switch mounted on the Water Separator provides anti-icing protection for the Water Separator. When a differential pressure of 3.5 pound per square inch, differential (psid) is sensed across the Water Separator, the differential pressure switch will close and the PACK ICING Flight station indicator will come on. In the manual mode, the temperature control (bypass) valve will be driven toward the heating position in response to the pressure differential across the Water Separator to heat the Water Separator. 5.0 Eligibility The applicable North American Industry Classification System (NAICS) code is 336413 with a Small Business Size standard of 1,000 employees. The Product Service Code (PSC) is 1660. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. 6.0 Requested Information 6.1 Respondent Description 1. An UNCLASSIFIED description of the respondent's general capabilities to support this effort to include any existing licensing agreements with OEM which may allow access to technical data required to fulfill the requirements. 2. CAGE code, Data Universal Numbering System (D-U-N-S Number), and mailing address. 3. Business size: Companies responding to this request should indicate whether they are a large or small business, small disadvantaged business, woman-owned business, HUBZONE small business and/or service disabled veteran-owned small business. Please inform us if your company intends to perform the work as the prime contractor or if you desire to subcontract with a prime contractor. Ensure your response contains your company's name, street address, point of contact with phone number and email address, company web page URL. 6.2 Information Sought 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 Water Separator 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 within 45 days from the RFI posting: 1. Description of the proposed Water Separator solution. 2. Description of the required electrical interface to the proposed Water Separator. 3. A detailed list of anticipated end product physical & performance characteristics/ technical data. 4. Reliability, maintainability and affordability characteristics. 5. Platform and support equipment integration/interface concepts. 6. Integration/interface methodology. 7. Any technology insertion opportunities. 8. 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). 9. Options for life-cycle sustainment support utilizing existing commercial and/or Government Department of Defense (DOD) infrastructure. 10. Identify how depot level repair will be provided. 11. Rough Order of Magnitude (ROM) costs for Non-Recurring Engineering (NRE) to include design, development, test and integration. Recurring costs to include 30 kits. 12. Prospective offerors MUST address any existing licensing/agreements and their planned approach for integration of the proposed solution in cooperation with Industry Partners.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-18-4-707-300/listing.html)
 
Place of Performance
Address: 29136 Bundy Road, BLDG 442, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04803125-W 20180131/180129231405-8890a119e4c1db55851725eee6706565 (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.