Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 01, 2018 FBO #6126
SOURCES SOUGHT

16 -- CH-53E Actuator for the Low Speed Precision Control System

Notice Date
8/30/2018
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument 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-53E_Component_of_LSPC
 
Archive Date
10/16/2018
 
Point of Contact
Brittany Reynolds, Phone: 3017578970
 
E-Mail Address
brittany.s.reynolds2@navy.mil
(brittany.s.reynolds2@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information (RFI): •1.0 Description The Naval Air Systems Command, Patuxent River, MD is seeking industry input to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for the development, qualification, and production of a high-performance, parallel actuator system that can drive the lateral and longitudinal cyclic axes of the CH-53E helicopter. The actuator(s) will be incorporated as a major component of the Low Speed Precision Control (LSPC) system which is being developed to stabilize the aircraft during the approach, hover, and landing phase in a Degraded Visual Environment (DVE). The place of performance for this effort is expected to be Patuxent River NAS, MD and / or New River MCAS, NC with final evaluations to be at MCAS Yuma, AZ The proposed North American Industry Classification Systems (NAICS) Code is 334511 and the proposed Product Service Code (PSC) is 1520. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued 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 request for information does not commit the Government to award a contract as a result of this announcement. Further, the GOVERNMNET 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 RFI. All costs associated with responding to this RFI will be solely at the expense of interested party. Not responding to this RFI 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. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. •2.0 Background The respondent should address its ability to perform each of the following and include a response to each of the specific requests identified below. The LSPC system is being developed in-house by NAVAIR to address a need to provide a stabilized hover capability on CH-53E while in DVE. LSPC will utilize stand-alone computers, switches, indicators, and actuators to provide a decelerate-to-hover capability with position hold functionality when engaged by the pilot. The system is designed to not interfere with the normal operation of the existing Automatic Flight Control System (AFCS). The pilot will be allowed to modulate LSPC commands via the trim hat and by flying through the commanded stick position. Actuator System Threshold Requirements: •T.1 The actuator system shall not exceed 35 lbs in weight. •T.2 The actuator system shall fit within the starboard avionics bay. •T.3 The actuator system shall tie into the mechanical flight control system upstream of the AFCS servos. •T.4 The actuator system shall be able to mechanically disengage any motors and/or gearboxes from the existing control system. •T.5 The actuator system shall not impede normal operation of the existing aircraft flight control system while disengaged. •T.6 The actuator system shall manipulate both the longitudinal and lateral cyclic axes independently. •T.7 The actuator system shall be able to move the cyclic through its entire mechanically allowed throw (approximately 12 inches longitudinally at the grip, approximately 10 inches laterally at the grip). •T.8 The actuator system shall be capable of moving at no less than 50% of maximum required travel per second. •T.9 The actuator system shall have a bandwidth of no less than 2 Hz. •T.10 The actuator system shall be able to meet dynamic performance requirements while driving against flight control forces with trim release enabled to include friction, statically unbalanced controls, dynamically unbalanced controls, and mechanical control system inertia with a nominal total load of 5 lbs at the grip. •T.11 The actuator system shall be electrically powered from the aircraft 28 VDC bus. •T.12 The actuator system shall communicate with the LSPC computers via differential serial interface such as ARINC-429 or RS-422. •T.13 The actuator system shall report current force, displacement, rate, and status to the LSPC computer. •T.14 The actuator system shall include initialization and continuous built-in-test functionality. •T.15 The actuator system shall have a Mean Time Between Failure (MTBF) of no less than 500 hours. •T.16 The actuator system shall be fail-safe for any single component failure. •T.17 The actuator system software shall be developed IAW RTCA DO-178C if applicable. •T.18 The offeror should be able to produce three shipsets of actuators for use in systems integration testing and development flight test within one year of effort initialization. Actuator System Objective Requirements: •O.1 The actuator system should be fail-operational for any single component failure. •O.2 The actuator system software should be DAL-A IAW RTCA DO-178C. •O.3 The actuator system should allow force, rate, and displacement limiting via internal hardware or software. •O.4 The actuator system should provide tactile cueing through the cyclic controls to include breakout force, friction, inertia, damping, softstops, and stick shakers. •O.5 The actuator system should allow the adjustment of software programmable parameters. •O.6 The actuator system should be flight qualified. •O.7 The actuator system should be designed to meet appropriately tailored MIL-STD-810G environmental requirements. Specific Information: Respondents are asked to provide the following information with their response in addition to any information necessary to address the actuator system threshold and objective requirements. •· Size (shape and volume) •· Weight •· Type of mechanical disconnect (mechanical clutch, magnetic clutch, etc.) •· Type of actuation (linear, rotary, etc) •· Mechanical throw •· Maximum dynamic force •· Maximum static force •· Maximum control output rate •· Maximum control output bandwidth •· Total actuator latency •· Total actuator backlash (slop) •· Actuator positioning resolution •· Actuator position sensing resolution •· Residual friction force while disengaged •· Type and range of tactile cueing forces available •· Previous flight qualification and total flight hours Efforts include, but are not limited, to the following: •a) Development, manufacture and installation of engineering change proposals for upgrades, and forward fit kits including but not limited to associated production assessments/life cycle analysis, non-recurring engineering, systems engineering, integrated logistics support, production support, prototyping, validation and verification of changes, development, validation and verification of technical publications, manuals, changes, directives, associated logistics impacts, testing of retrofit safety and test equipment changes, spare and repair parts for aircraft, subsystems, and support equipment and related software efforts. Obsolescence management efforts, including but not limited to, system health analysis depicting current and potential component/material deficiencies, intellectual data/system Bill of Materials (BOM) used primarily for DMSMS/Obsolescence management, identification of suitable alternate components or manufacturers for piece parts contained within BOM. Logistics support which will include providing repair of repairable; Interactive Electronic Technical Manual (IETM) updates; updated spares drawings or models for repairable and consumable parts; repair of Peculiar Support Equipment (PSE) to include redesign and retest; procurement of new PSE; providing Failure Mode, Effects, and Criticality Analysis (FMECA); performing Reliability Centered Maintenance analysis;; providing engineering and sustainment support to the Fleet Common Operating Environment (FCOE); provide concurrency of Sikorsky Aircraft Corp. (SAC) and NAVAIR Product Lifecycle Management (PLM) information systems and the development and delivery of Operational Test Program Sets for the Program Loading Set for Contractor Furnished Equipment. The system shall provide a built in test (BIT) mechanism to detect and report system malfunctions. •b) Training support and development of training courseware efforts, including but not limited to, updates to maintenance System Development and Demonstration training devices and courseware to CH-53E configuration, and develop Front End Analysis (FEA) and Instructional Media Design Package (IMDP) for new accession training where appropriate. •3.0 Requested Information As a result of this RFI, NAVAIR expects to receive a Capability Statement from each interested respondent and a concept summary, which contains a detailed description of the Request for Information described in paragraph 2.0 written from a system solution perspective and outlines development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist. Prospective offerors should explain how they are able to work with the Government to integrate the proposed RFI into the CH-53E program. 4.0 Responses Data Markings. In order to complete its review, NAVAIR must be able to share an interested respondent's information both within the Government and with covered Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data - Noncommercial Items (FEB 2014). Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. All submissions must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified Capability Statement not to exceed twenty single-spaced pages, to Ms. Brittany Reynolds ( brittany.s.reynolds2@navy.mil ) no later than 5:00 PM Eastern Daylight Time (EDT) 09/01/2016. The Capability Statement shall include the following information to verify credentials (do not submit classified information): •1. An UNCLASSIFIED description of the RFI solution •2. CAGE code and Classified mailing Address •3. POC the receive additional information or clarification •4. POC to permit NAVAIR to obtain additional data to support analysis •5. Describe your company's ability to manage and secure up to SECRET information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/H-53E_Component_of_LSPC/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN05065971-W 20180901/180830232200-5a285059db18865d1549c2daf5a61d48 (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.