SOURCES SOUGHT
16 -- H-1 Aircraft Fuel Cell
- Notice Date
- 3/6/2018
- 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
- H-1HELOFUELCELL
- Archive Date
- 4/21/2018
- Point of Contact
- Ambreen Mehdi,
- E-Mail Address
-
ambreen.mehdi@navy.mil
(ambreen.mehdi@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- The Naval Air Systems Command (NAVAIR) is conducting a market survey of Industry via this Request for Information (RFI) to determine potential interested sources that have the skills, experience, qualifications, and knowledge required to produce fuel cells for the AH-1Z and UH-1Y aircraft. NAVAIR is looking for sources that have a self-sealing crashworthy fuel cell construction that has demonstrated compliance to Phase I requirements of MIL-STD-27422 (Revs E, or F), in accordance with the objectives/requirements herein. NAVAIR intends to use the information provided in response to this RFI to aid in refining its acquisition strategy, budgeting assumptions, statement of work, and performance specifications for a potential second source for AH/UH-1 fuel cells. Specifically, NAVAIR is looking for sources that are ready and capable to proceed directly to MIL-STD-27422 Phase II design and qualification. RFI Content: 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. It is to demonstrate the maturity of the offeror's fuel cell construction for the AH-1Z and UH-1Y aircraft, as well as the ability to produce self-sealing crashworthy fuel cells. 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) A one page company profile to include Small Business Administration (SBA) business size classification, number of employees, Cage Code, DUNS number, NAICS Code, 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, and 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 self-sealing, crashworthy fuel cells in accordance with MIL-STD-27422 E, or F. This documentation shall address and demonstrate the following : (1) Self-sealing crashworthy fuel cell designs that are currently in production, (2) Description of the vendors quality control/quality assurance practices, and, (3) A description of the offeror's capability to expand to new product lines, specifically talking to maximum quarterly output of fuel cells. c) The offeror shall describe in detail the proposed construction of the fuel cell. The materials and procedures used in the build-up of the cross section shall be identified along with a list of the pertinent material design properties of each of these layers. Please include material specification nomenclature if applies. d) The offeror shall provide documentation justifying the offeror's ability to proceed directly to Phase II production/qualification. This justification shall be supported by test data documenting that the proposed construction meets the Phase I qualification requirements of MIL-STD-27422 (Revs E or F) with the following details: 1) Gunfire testing should be documented with the current H-1 "spectra fabric" backing-board and foam, 2) 1.25 PSI ullage pressure shall be applied at the time of and maintained after the shot, and 3) Impact resistance, Abrasion Resistance, Fuel Resistance, and low temperature gunfire tests shall are applicable. e) A description of notional programmatic information including top level schedules and Rough Order of Magnitude (ROM) costs necessary to achieve the program, task and technical objectives of this RFI. Provide ROM costs by fiscal year. f) 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. Other comments and suggestions regarding the Government's course of action and/or alternatives you may offer are encouraged and appreciated. TECHNICAL DATA The Government may request an option to obtain a Technical Data Package with Government Purpose License Rights (GPLR) should transition of the concept be desirable after successful demonstration. Use of modular open systems hardware, open systems interfaces, and open systems software is highly desirable in the system architecture. 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. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: This program may include information that has been designated as "Distribution D" and is only releasable to current and approved Department of Defense (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 without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. As such, the 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 of the control drawings requires the verification of a current license for the oral, visual or documentary disclosure of technical data by U.S. persons to foreign persons as defined under by 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. Contracting Office Address: Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES Submission Information: Written responses and comments to this RFI are requested to be submitted no later than 4:00 PM (EST) on 20 April 2018 to: Ambreen Mehdi at ambreen.mehdi@navy.mil. No phone calls will be accepted at this time. THIS SYNOPSIS IS 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 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 synopsis. This synopsis 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/H-1HELOFUELCELL/listing.html)
- Record
- SN04844233-W 20180308/180306231206-12f88eda6766db22a8e33fe5e4447947 (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 |