SOURCES SOUGHT
16 -- IMPROVED LIFE PRESERVER UNIT (LPU) FOR NAVY ROTARY WING AND TILT ROTOR AIRCREW
- Notice Date
- 3/25/2025 12:48:11 PM
- Notice Type
- Sources Sought
- Contracting Office
- NAVAL AIR WARFARE CENTER AIR DIV PATUXENT RIVER MD 20670-1545 USA
- ZIP Code
- 20670-1545
- Solicitation Number
- N00421-25-CPM202-RFI-LPU
- Response Due
- 4/18/2025 1:00:00 AM
- Archive Date
- 05/03/2025
- Point of Contact
- Amy Wescott, Tim Parkhurst
- E-Mail Address
-
amy.l.wescott.civ@us.navy.mil, timothy.j.parkhurst.civ@us.navy.mil
(amy.l.wescott.civ@us.navy.mil, timothy.j.parkhurst.civ@us.navy.mil)
- Description
- RFI FOR IMPROVED LIFE PRESERVER UNIT (LPU) FOR NAVY ROTARY WING AND TILT ROTOR AIRCREW Summary To promote early exchanges of information with Industry in accordance with FAR Subpart 15.2, Naval Air Systems Command, Aircrew Systems Program Office (NAVAIR PMA202) of Patuxent River, Maryland is issuing this Request for Information (RFI). NAVAIR PMA202 is currently developing an improved US Navy Rotary Wing/Tilt Rotor Aircrew Survival Vest System. While the final materiel solution for this Vest has yet to be selected, a Life Preserver Unit (LPU) will need to be integrated within this new Vest system. The purpose of this RFI is to determine what potential LPU solutions exist that meet the technical specifications provided in Enclosure 1 Draft LPU Performance Specification (dated 3/19/25). All LPU styles (e.g., cummerbund, horse collar, etc.) and modes of vest integration (i.e., interior and/or exterior mounting) are being considered at this time. Please note that the requirements documented in Enclosure 1 Draft LPU Performance Specification (dated 3/19/25) have not yet been finalized and are thus subject to change. If a potential solution is judged to meet the general intent of this document but is not expected to meet one or more specific requirements contained therein, a response to this RFI can still be submitted; however, a consolidated list of requirements that are not expected to be met must be included within the response submission (see section 3.3). Current notional Vest design dictates a prioritization of compact, lightweight LPU solutions with very low uninflated shoulder profiles, or no shoulder profile, with no impact to Aircrew head mobility. Please also note that the Reliability requirements documented in section 3.8 of the Enclosure 1 Draft LPU Performance Specification (dated 3/19/25) are notional at this time. The Government invites respondents to propose recommendations on reliability metrics to meet the intent of this requirement. Specifications Please reference Enclosure 1 Draft LPU Performance Specification (dated 3/19/25) Content of RFI Response Interested parties are invited to describe the capabilities of their product and provide a sample. The sample product as well as product information will be submitted at no expense to the Government. The product sample may be damaged or destroyed during evaluation. All proprietary data must be marked on a page-by-page basis and will be kept confidential and protected in accordance with the Uniform Trades Secret Act. All responses shall: Describe the proposed solution, specify current technical maturity state, and provide any relevant specification sheets. Provide Berry Amendment Compliance Certification (if applicable) and a full list of the origin and place of manufacturing operations of all textile components. Address the ability of the system to meet the requirements listed in Enclosure 1 by listing the specific performance specifications that the LPU has been shown to meet, or by design, would be expected to meet. Response shall also specify which, if any, of the requirements in Enclosure 1 the product cannot meet or would be expected to not meet. Provide configuration drawing(s) illustrating and quantifying the proposed system�s overall weight and dimensions as well as the weight and dimensions for subcomponents. Provide estimated unit cost and any quantity price breaks. Response Submittal Instructions 1. Interested companies shall submit any questions to Amy Wescott (amy.l.wescott.civ@us.navy.mil) 2. Please address all RFI responses and submission of samples to: NAVAIR PMA-202 Attn: Tim Parkhurst 47123 Buse Road, Bldg. 2272 Room 353 Patuxent River, Maryland 20670-1547 3. Please address all technical questions to Amy Wescott (amy.l.wescott.civ@us.navy.mil) and KC McOmber (kevin.c.mcomber.civ@us.navy.mil) 4. All correspondence shall reference the RFI number (N00421-25-CPM202-RFI-LPU) on the mailing container and all enclosed documents. The deadline for responses is 04/18/2025. 5. All companies shall provide their Commercial and Government Entity (CAGE) Code and business size under the North American Industry Classification System (NAICS). 6. If the company is a small business per the parameters of NAICS Code, indicate whether the business qualifies under any sub-categories (8(a), Small Disadvantaged Business, HUB Zone, etc.). 7. Respondents must clarify if their firm can provide commercial or non-developmental items that could be modified, or the technology and expertise for development, to meet the Government�s needs. *This announcement is NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI). The Government does not intend to pay for any information submitted in response to this RFI, nor does this RFI commit the Government to award a contract. This RFI is for market research only, and any procurement resulting from this announcement will be synopsized separately.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/96cf8a5f15c94468960c77cc6286cada/view)
- Place of Performance
- Address: Patuxent River, MD 20670, USA
- Zip Code: 20670
- Country: USA
- Zip Code: 20670
- Record
- SN07385601-F 20250327/250325230050 (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 |