Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 05, 2018 FBO #6007
SOURCES SOUGHT

20 -- MK105 MOD 4 CONTROLLER AND AIRCRAFT CONTROL PROGRAMER

Notice Date
5/3/2018
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
Department of the Navy, Naval Sea Systems Command, NSWC Panama City Divison, 110 Vernon Avenue, Panama City, Florida, 32407, United States
 
ZIP Code
32407
 
Solicitation Number
N61331-18-SN-Q07
 
Archive Date
6/24/2018
 
Point of Contact
Olivia L. Farr,
 
E-Mail Address
olivia.l.farr@navy.mil
(olivia.l.farr@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
SOURCES SOUGHT ANNOUNCMENT FOR MK105 MOD 4 CONTROLLER AND AIRCRAFT CONTROL PROGRAMMER Reference N61331-18-SN-Q07 THIS IS NOT A REQUEST FOR PROPOSALS The Naval Surface Warfare Center Panama City Division (NSWC PCD) is seeking information to upgrade the current MK-105 MOD 4 Controller and Aircraft Control programmer to address obsolescence and functionality improvements. This market survey is being conducted to identify potential sources that may possess the expertise, capabilities, resources and experience to meet the requirements for upgrading the US Navy MK-105 MOD 4 Magnetic Minesweeping System. These potential upgrades will provide the System with an increase in usability, availability, and reliability. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this survey does not ensure participation in future solicitations or contract awards. The United States (US) Government will not reimburse participants for any expense associated with their participation in this survey. Background The MK-105 MOD 4 Minesweeping System is a helicopter towed magnetic influence minesweeping system. The System is controlled from the towing helicopter providing the aircrew access to the full functionality of the System. The System can also be controlled from the seaborne towed platform for purpose of maintenance, troubleshooting, or mission preparation. There are eleven Systems deployed in various locations around the world. Requirements Description In order to address obsolescence and improve usability, the current MK-105 MOD 4 Control and Aircraft Control programmer require an upgrade. The preferred approach for this effort would be a non-proprietary open system architecture, utilizing Non-Developmental Items or Commercial-Off-The-Shelf components. A computer controlled solution is desired. The completed components will be subjected to the following environmental conditions: Temperature: Non-operating ambient: -60°F to 175°F Operating ambient: 0°F to 140°F Altitude: Non-operating: Sea Level to 50000 feet Operating: Sea Level to 1000 feet Relative Humidity: 0 to 100% Operating Conditions: The system will at times be exposed to shock, sand, dust, fungus, salt spray and high electromagnetic interference. Design expected to be in accordance with MIL-STD-464, MIL-STD-704, and MIL-STD-810. The completed components will perform the following functionality: • - Control of the System from either the Aircraft Control Programmer or the Controller •· - Power the System on or off •· - Set, monitor, and control the output waveform to include amplitude, polarity, wave shape, and duration •· - Maintain the output waveform within the safe operating area of the turbo-generator •· - Detect and display excursions outside the safe operating area of the turbo-generator •· - Interface with the Electronics Control Assembly to initiate turbine start or stop and monitor turbine performance parameters and errors •· - Monitor various limit switches and timings to control hydraulic operations •· - Monitor fuel levels, display them, and control fuel valves to provide automatic refueling •· - Monitor and display operating conditions of the system to include battery voltage and battery current •· - Detect the presence of a fire and deploy fire extinguishing system If, after reviewing this document, you desire to participate in the market research, provide documentation that supports your company's capability in meeting these requirements. Only prime contractors should respond. Both large and small businesses, pursuant to the size status for NAICS code 336412, are encouraged to participate in this market research. Joint ventures or teaming arrangements are acceptable. All interested sources are invited to submit a capabilities statement with any supporting pictures or attachments to Leah.Dunham@navy.mil or mail to Naval Surface Warfare Center Panama City Division (Code A22), Attn: Leah Dunham, 110 Vernon Ave, Panama City, FL 32407 and labeled with the sources sought number and title. There is no specific format or outline submittals that one must follow. NSWC Panama City requests your responses by 09 June 2018. Questions can be submitted electronically to the Technical Point of Contact, Leah Dunham, NSWC PCD Code A22, at Leah.Dunham@navy.mil. Information provided will be treated as Business Sensitive and will not be shared outside of Government activities and agencies without the permission of the provider. Your assistance in supporting this effort will enable the USN to define well-informed requirements and will greatly improve the efficiency of future acquisition and developmental efforts. All information shall be provided free of charge to the Government. NSWC PCD may request further information regarding the capabilities of respondents to meet the requirements and may request a presentation and/or a site visit as deemed necessary. This is a Sources Sought announcement, a market survey for written information only. This is not a solicitation announcement for proposals and no contract will be awarded from this announcement. In the event that a solicitation is developed, it will be assigned a formal Request for Proposal (RFP) number and the announcement will be published in Federal Business Opportunities (FedBizOpps). FSC: 2530 NAICS: 336412 Size Standard: 1500 employees
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/82cee09cf72e731d5265148595ccd87a)
 
Place of Performance
Address: 110 Vernon Ave, Bldg 100, Panama City, Florida, 32407, United States
Zip Code: 32407
 
Record
SN04910015-W 20180505/180503230847-82cee09cf72e731d5265148595ccd87a (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.