SOURCES SOUGHT
58 -- MH-60 Romeo, Airborne Low Frequency Sonar (ALFS) Sonar Cable
- Notice Date
- 11/21/2013
- Notice Type
- Sources Sought
- NAICS
- 335929
— Other Communication and Energy Wire 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
- N00019-15-P1-0004
- Archive Date
- 12/13/2013
- Point of Contact
- Erika Griffin, Phone: 301-757-5398, Erin Bailey, Phone: (301)-757-8970
- E-Mail Address
-
erika.griffin1@navy.mil, erin.bailey1@navy.mil
(erika.griffin1@navy.mil, erin.bailey1@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- Sources are being sought from the Naval Air Systems Command (NAVAIR) Multi-Mission Helicopter Program Office (PMA-299) for a company capable of providing a Sonar Cable for the Airborne Low Frequency Sonar (ALFS) system for the MH-60R helicopter. The Sonar Cable is required to support the weight of the Transducer Assembly and allow for signal transmission to and from the Transducer with minimal frictional resistance on the external surfaces. The results of this Sources Sought will be utilized to determine if the required product exists in the marketplace and if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered. The current ALFS Sonar Cable is approximately 2600 ft. in length. The new cable shall have a linear mass equal to or less than 3.70 lbs. per 100 ft. and of a diameter of 6.70mm +/- 0.05mm. It shall provide the mechanical strength to support an attached load of 177 lbs. above the ocean and an average of 270 lbs. below the ocean surface with an adequate safety margin and shall have a breaking strength no less than 1750 lbs. The cable shall provide torque balanced suspension of the transducer to prevent compass errors due to cable induced transducer rotation. The current system consists of two signal conductors in which the center conductor is used for the primary conductor and the outer shield is used as the second conductor. The capacitance shall be 125 pF per ft. maximum and be capable of withstanding 2500 VRMS. The impedance shall be 50 +/- 3 ohms. The cable shall be capable of meeting all electrical and mechanical requirements when operating in seawater over the temperature range of -40°C to +65°C and shall be capable of meeting non-operational storage requirements of -54°C to +85°. The cable shall not stretch beyond 2.5% of its length when applied with a longitudinal load of up to 382 lbs. The cable shall provide the capability to withstand full operating hydrostatic pressure of up to and including 1,305 psi without a change in characteristics and without water intrusion. The cable shall withstand a minimum bend diameter of 7 inches without a change in specified characteristics or sustaining damage. The cable shall withstand a minimum axial torsion of 0.40° per linear foot and 1.0° per linear foot while subjected to static longitudinal tension of 220 lbs and 500 lbs, respectively, without a change in specified characteristics or sustaining damage. The current sonar cable jacket is made of Hytrel. The components comprising the cable shall resist longitudinal translation relative to the other components as to minimize extensive stretching of the cable jacket leading to excess jacket material or "bunching." The Navy anticipates contracted efforts would be awarded in early 2015 and would require delivery of the new sonar cable for qualification approximately 12 months after contract award. THIS SOURCES SOUGHT 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. Interested offeror(s) shall provide a capability profile which consists of an introduction statement, system approach summary, detailed design to include pictures/figures/drawings as available, and suitability of the final product for the intended use. Your written response must be received by this agency no later than 4:00 PM eastern on 12 December 2013. Electronic responses will not be accepted. Contractor format is acceptable but must not exceed 10 pages in length. Please mail or hand deliver all written correspondence to Naval Air Systems Command, Ms. Erika Griffin, Contract Specialist, 47123 Buse Road, Room 155, Patuxent River, MD 20670. All other question and/or comments shall be put in writing and emailed to the attention of Ms. Erin Bailey at Erin.Bailey1@navy.mil and Ms. Erika Griffin at Erika.Griffin1@navy.mil. NAICS code: In order of priority 335929 - Other Communication and Energy Wire Manufacturing 331491 Nonferrous Metal (except Copper and Aluminum) Rolling, Drawing and Extruding 334511 Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-15-P1-0004/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN03238732-W 20131123/131121234059-c64e739eab9e0af3e3543568f333d287 (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 |