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 Integrated Drive Generator and Generator Control Unit 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
N00019-18-3-707-300
 
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 INTEGRATED DRIVE GENERATOR AND GENERATOR CONTROL UNIT REPLACEMENT FOR THE E-6B AIRCRAFT. BOTH COMPONENTS ARE HARDNESS CRITICAL ITEMS. CURRENT PARTS: INTEGRATED DRIVE GENERATOR PART NUMBER 741899, CAGE: 99167, NOMENCLATURE: INTEGRATED DRIVE GENERATOR, SPEC: 204-13005-55 AND GENERATOR CONTROL UNIT PART NUMBER 946F985-7, CAGE 83843, NOMENCLATURE: CONTROL UNIT, GENERATOR, SPEC: 204-13005-64. 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 for Integrated Drive Generators (IDG) and Generator Control Units (GCU) 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: Integrated Drive Generators and Generator Control Units are utilized on the Navy E-6B aircraft. The current IDGs and GCUs are approximately 25 years into their current service life. The Navy is looking to replace the current inventory with a minimum procurement of 160 each 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 IDG and GCU at the O-Level. 4.0 Integrated Drive Generator and Generator Control Unit Assembly Operations. 4.1 The IDG consists of a constant speed drive (CSD) that accepts variable speed input power from the engine accessory drive pad and supplies constant output speed of 12,000 revolutions per minute (rpm) to the generator. The constant speed drive and the generator form an integral unit and share a common oil supply. The constant speed drive output bearing supports the input end of the generator rotor. Two IDG assemblies are mounted side by side on the accessory gearbox forward face at the bottom of each engine pad by means of breech type quick attach-detach (QAD) adapters, permitting quick installation and removal for maintenance. The constant speed drive transmits power from a variable-speed turbofan engine to the constant speed AC generator assembly. The generator is a three-phase, 115/200 volt, 400-Hertz (Hz), 12,000 rpm, brushless, oil-cooled, and lubricated unit with the following overload characteristics: 75 kilovolt-amperes (kVA) at steady state, 90 kVA for five minutes, and 120 kVA for five seconds. The Maximum Generator Load is 218 amperes (amps) continuous, 262 amps for five minutes and 348 amps for five seconds. There are a total of eight IDG's per aircraft. 4.2 The GCU provides voltage and current control functions. Automatic voltage regulation, reactive load division, fault current limiting and power limiting, fault protection Bus tie breaker, generator circuit breaker, and generator control relay control. Eight identical generator control units are used, one for each primary AC main generator. Sensing of system status and performance is provided to each GCU via three-phase voltage from the associated point of regulation. The point-of-regulation is the generator side of the generator circuit breaker at which the GCU samples the voltage and frequency of the IDG output. The GCU contains logic circuitry that provides control and protection for each generating channel. Each channel contains a GCU for a total of eight GCU's per aircraft. 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 2925. 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 IDG and GCU solution. 2. Description of the required electrical interface to the proposed IDG and GCU. 3. A detailed list of anticipated end product physical and 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 160 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/N00019-18-3-707-300/listing.html)
 
Place of Performance
Address: 29136 Bundy Road, BLDG 442, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04803211-W 20180131/180129231445-7bb55eb3f5a7bdb9d66a10101310d94c (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.