Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF MAY 28, 2020 SAM #6755
SOLICITATION NOTICE

66 -- FAA RFI for Environmental Simulation System for Electric Propulsion Unit Testing

Notice Date
5/26/2020 10:42:04 AM
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
692M15 ACQUISITION & GRANTS, AAQ600 ATLANTIC CITY NJ 08405 USA
 
ZIP Code
08405
 
Solicitation Number
ESS_RFI
 
Response Due
6/9/2020 2:00:00 PM
 
Archive Date
06/24/2020
 
Point of Contact
Frances Marigliano, Phone: 6094854809, Lisen Minetti, Phone: 6094855014
 
E-Mail Address
frances.marigliano@faa.gov, lisen.c.minetti@faa.gov
(frances.marigliano@faa.gov, lisen.c.minetti@faa.gov)
 
Description
**Please note the FAR references cited in beta.SAM are not applicable to the Federal Aviation Administration (FAA) as the FAA has its own policies and guidance referenced in the Acquisition Management System (AMS)** 1.0 ��PURPOSE AND INTRODUCTION: This announcement is a Request for Information (RFI).� This announcement is NOT A SCREENING INFORMATION REQUEST (SIR) or REQUEST FOR PROPOSAL (RFP).� Further, the Federal Aviation Administration (FAA) is not seeking or accepting unsolicited proposals.� The FAA will not pay for any information received or costs incurred in preparing the response to the RFI.� Any costs associated with the RFI submittal is solely at the interested vendor�s expense. Please read the entire RFI carefully.�� The FAA is seeking industry�s Capability Statement to provide an Environmental Simulation System (ESS) for Electrical Propulsion System Testing per the Radio Technical Commission for Aeronautics (RTCA) publication DO-160, Environmental Conditions and Test Procedures for Airborne Equipment, specifically per DO-160 Sections 4, 5, and 6, and Vibration testing as per RTCA DO-160 Section 8, as identified in the attached Draft PWS.� No notification about the outcome of this RFI will be released except as deemed appropriate in the FAA�s sole discretion. The FAA is interested in the capabilities of both small and other than small businesses to provide the Environmental Simulation System and strongly encourages responses from all business types. This RFI does not guarantee that a solicitation or procurement of any kind will be issued and it should not be construed as a commitment by the Government to enter into a contract. If a solicitation is issued, it will be announced on the Beta.SAM.gov Contract Opportunities web page. It is the prospective offeror's responsibility to monitor this site for the release of any such solicitation. Respondents to this RFI are referred to herein as �you�, �Vendor�, or �Vendors�. 2.0 ��BACKGROUND:� The FAA William J. Hughes Technical Center (WJHTC) located at the Atlantic City International Airport requires an Environmental Simulation System (ESS) that can perform environmental testing as per RTCA DO-160 Sections 4, 5, and 6, and Vibration testing as per RTCA DO-160 section 8. This ESS is to perform testing on electric propulsion units for the use in aerospace applications.� The FAA requires the capability to perform combine temperature, humidity vibration testing. The FAA also requires the capability to perform combine altitude and vibration testing.� The ESS should have the capability to perform temperature testing while the electric motor is undergoing load testing via an externally located dynamometer. 3.0 NON-GOVERNMENT PERSONNEL PARTICIPATION:� The FAA may utilize contract support personnel and reviewing Vendor submissions.� 4.0� NORTH AMERICAN INDUSTRY CLASSIFICATION SYSTEM (NAICS) CODE: The North American Industry Classification System (NAICS) codes for this effort is 334515 Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals. 5.0� SUBMITTAL REQUIREMENTS FOR RFI: 1. Name and Address of Company, Point of Contact (name, title, telephone number, and email address) and whether the respondent is Small Business, a service disabled veteran owned small business, a socially and economically disadvantaged small business or other than a small business. 2. Responses must identify the capability of the proposed ESS to meet the minimum Specifications as identified in the Draft PWS Part 2 Minimum Specifications. 3. Responses may include vendor�s capabilities to provide the following design options. Responses shall include itemized cost estimates to provide the following Optional Specifications: The ESS should be able to provide combined Altitude/vibration testing for an altitude range of site level to 25,000 feet. The ESS should be able to provide combined Temperature/Vibration testing. Optional internal dimension larger than the minimum specified in Part 2. The FAA may request that one, some, all, or none of the respondents to this RFI provide additional information. No evaluation of vendors will occur based on this additional information, and vendor participation in any informational session is not a promise for future business with the FAA. All responses (one response per company) are to be provided on company letterhead. No type font less than 11 point may be used. Responses must be received no later than�June 9, 2020 5:00 PM EST.� All questions and submittals, including attachments shall be emailed to Frances.Marigliano@faa.gov, copy to Lisen.C.Minetti@faa.gov.� No evaluation letters or results will be issued to respondents in connection with this RFI. A vendor's failure to respond to this RFI will not exclude a vendor from any competition.� Any information provided under this RFI is for informational purposes only. Any proprietary information submitted must be explicitly and conspicuously marked by the respondent as proprietary. If appropriately marked, such information will not be released to the public by the FAA, except as required under the Freedom of Information Act (FOIA) or any other applicable law, regulation and/or policy. The Government may transfer documents provided by a respondent to any department or agency within the Executive Branch if the information relates to matters within the organization's jurisdiction.�������� 6.0 OTHER:� It is highly recommended that interested Vendors check Beta.SAM.gov�s Contracting Opportunities website frequently for any updates and amendments to this announcement.�
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/94afc3d9a4aa4a91b47c682a9b198185/view)
 
Place of Performance
Address: Atlantic City, NJ 08401, USA
Zip Code: 08401
Country: USA
 
Record
SN05670635-F 20200528/200526230149 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.