SOURCES SOUGHT
66 -- T-45 Starter System Test Set
- Notice Date
- 5/17/2018
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- 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
- N6833518Q0182
- Archive Date
- 6/23/2018
- Point of Contact
- William Waterhouse, Phone: 732-323-2243
- E-Mail Address
-
william.waterhouse@navy.mil
(william.waterhouse@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Acquisition and Technical Publications for the Starter System Test Set. DISCLAIMER THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a Contract for acquisition and technical publications for the Starter System Test Set. Interested parties may submit technical literature / brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Rough Order of Magnitude pricing is also requested for planning purposes. Any other relevant information may also be submitted for consideration to aid in refinement of this requirement. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing the Support Equipment described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement is 6625; the NAICS is 334515 with a size standard of 750 employees. All interested businesses are encouraged to respond. REQUIREMENTS Description of Supplies/ Services: The Starter System Test Set shall be used to perform functional checks of the engine starting system on the aircraft and the item shall contains all the necessary switches, meters, connectors, and electronic circuitry necessary to test the engine starting system. Characteristics of the Starter System Test Set: 1. The Temperature ranges shall be as follows: a. Operating Temperature Range: -40 degree Celsius to +50 degree Celsius b. Static(Storage) Temperature Range: -40 degree Celsius to +70 degree Celsius 2. The total weight of the Starter System Test Set, including the cables, shall be no more than 31 lbs. and shall be transportable by a single person. 3. Power Requirements: a. Power supply voltage: 18-30V d.c. b. Power consumption:.35A at 24V d.c. 4. The test set shall have a way to store the main test lead and accessory lead with the test set. The main test lead and the accessory lead shall connect with the T-45 Aircraft and shall have lengths of: a. Main Test Lead: 296 inches +- 5 inches b. Accessory Lead: 274 inches +- 5 inches 5. The power supply for the test set shall be obtained from the aircraft power s upply circuit. 6. The test set shall have a handle that will allow an individual to transport the test set without any additional equipment or personnel 7. The Maximum dimensions of the test set shall be as follows: a. Length: 17.00 in b. Width: 9.50 in c. Height: 11.00 in 8. Digital Indicators 9. Standard US Measurements The Starter System Test Set must be capable of performing the following functions: 1. System simulation: Check for the correct sequencing and the operation of the safety circuits in the starting system (air producer static) by measuring output voltage and speed from a starter control unit and displaying it on the test set. The simulations shall include: (1. Simulated start of air producer (2. S imulated engine start (3. Air producer oil pressure failure simulation (4. Air producer failure to reach low speed datum simulation (5. Air producer failure to reach underspeed datum simulation (6. Air producer failure to maintain idle speed simulation (7. Air producer overspeed failure simulation (8. Air producer speed probe failure simulation (9. Air starter speed probe failure simulation 2. System Monitoring: Perform a functional check of the starting system and check for correct sequencing of starting, normal operation and shut-down by measuring output voltage and speed from a starter control unit and displaying it on the test set. The functional check shall at least involve the following systems: (1. A ir Production Start (2. Air producer start and shutdown from forward cockpit (3. Air producer start and shutdown from aft cockpit (4. Air producer start at simulated altitude The test set shall have an adequate number of controls and indicators to enable functional checks of the T-45 engine starting system. These controls and indicators should include at a minimum: 6 on/off indicators, 3 analog signal indicators, 9 momentary switches, 4 single-pole switches, 2 potentiometers, and one 8-position selector switch. The following requirement is not required but will be something good to have: Display the rotation signal coming out of the starter control unit on the test set. Technical Publications submitted in MIL-STD-3001 1A(AS) Format SUBMITTAL INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font (minimum) demonstrating ability to meet the requirements as described in the preceding paragraph. This documentation MUST address, at a minimum, the following: Company Name; Company Address; Cage Code, Company Business Size; and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status; statement regarding capability If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in this SOW for the base period as well as the option periods. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business, Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. The capability statement package shall be sent via mail to William Waterhouse, Contract Specialist at william.waterhouse@navy.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833518Q0182/listing.html)
- Record
- SN04926747-W 20180519/180517231115-476b82fc4f661062dce5b2c4de142e90 (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 |