Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 12, 2015 FBO #4949
SOURCES SOUGHT

58 -- Information for Shipboard TACAN Antenna

Notice Date
6/10/2015
 
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
N00019-TACAN-10_06_2015
 
Archive Date
8/16/2015
 
Point of Contact
Virginia Perry-Aldridge, Phone: 301-342-9920
 
E-Mail Address
virginia.perry-aldri@navy.mil
(virginia.perry-aldri@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATIION: In order to conduct market research in accordance with Federal Acquisition Regulation (FAR) Part 10 and to promote early exchange with industry in accordance with FAR 15.201, the Naval Air Systems Command (NAVAIR) issues this Request for Information (RFI). This RFI will be used to assess industry interest and capability to provide a Tactical Air Navigation (TACAN) Ship Antenna Group Upgrade. THIS RFI IS NOT A SOLICITATION. IT IS MERELY A REQUEST FOR INFORMATION. THE GOVERNMENT WILL NOT PAY FOR THE INFORMATION SUBMITTED IN RESPONSE TO THIS SOURCES SOUGHT. BACKGROUND/PURPOSE: PMA213 is surveying the commercial vendor community for all interested parties, and is soliciting information and comments from industry for a commercial off-the-shelf Shipboard TACAN Antenna or the upgrade of government furnished AS-3240A antenna and C-10328A antenna controller for select U.S. Navy ships. The antenna group shall be compatible with the AN/URN-25 and AN/URN-32 TACAN systems. Accessibility for repair shall not require removing the antenna from the mast and circuitry shall be accessible from the underside of the antenna. The need for desiccant shall be removed and all circuitry shall be sealed from moisture. The antenna controller shall fit in the same or smaller footprint as the existing controller. A comparison with cost and schedule should be submitted for two separate options. The first option is to provide a new antenna and antenna controller compliant with all requirements. The second option is to refurbish and update a government furnished AS-3240A antenna and C-10328A antenna controller. OPERATIONAL REQUIREMENTS : In its installed configuration, the antenna group shall meet or exceed all requirements in the following paragraphs. The antenna group shall meet the environmental requirements as specified in MIL-STD-810G for deployment and use aboard ships as shown in Figure 1-4b except as shown below: AMBIENT OUTSIDE TEMPERATURE : Operating Temperature: -28 ⁰ C to +95 ⁰ C Non-Operating Temperature: -62 ⁰ C to +71 ⁰ C Operating and Non-Operating Relative Humidity: 0 to 95% non-condensing Operating and Non-Operating Altitude: -100 feet to 10,000 feet Wind Speed for Operating: 75 knots Wind Speed for Non-Operating: 100 knots ELECTROMAGNETIC INTERFERENCE (EMI)/ELECTROMAGNETIC COMPATIBILITY (EMC) REQUIREMENTS: The Antenna Group shall be designed and tested to meet the requirements of the testing required by Table V of MIL-STD-461F for Surface Ships. LIGHTNING PROTECTION: A discharge protection rod shall be provided. The rod shall be hard-mounted to the antenna pedestal, positioned at the bow end of the antenna. The peak 135 hertz (Hz) azimuth error attributed to the rod shall not exceed 1.5 degrees in any area, nor will the peak error of the antenna group, including all sources, exceed 3.0 degrees peak. The peak 15 Hz bearing error of the system including the errors contributed by the lightning arrester shall not exceed 2.0 degrees total, nor shall the peak error, including all sources, exceed 10 degrees. MAST MOUNTING: The antenna shall be configured for top of the mast mounting. The mast-mounted unit shall be provided with a horizontal mounting flange with a 16 in. overall diameter with eight equally spaced mounting holes, 0.6875 in., spaced on a 14.00 in. concentric to concentric circle. The eight hole pattern shall have two opposite holes aligned with the north-south axis of the antenna and be drilled to an accuracy of 0.5 degree relative to the north-south axis. Achieved availability is measured by the following equation: 14Mean Time Between Maintenance (MTBM)MTBM+Mean Maintenance Time (MMT)' type="#_x0000_t75"> The Antenna Group Aa shall be greater than or equal to 0.99. Periodic inspection requirements and preventive maintenance inspections will be sufficient to ensure the system meets the achieved availability requirement. Time to complete all schedule maintenance tasks shall not exceed 1 hour per week. The contractor shall provide data to perform the Reliability Centered Maintenance (RCM) analysis and shall provide data for inclusion in generating Maintenance Index Pages (MIPs) and Maintenance Requirement Cards (MRCs). Mean Time Between Failures is used to measure the system reliability. It is calculated by dividing the total system operating time by the number of failures requiring corrective maintenance actions. The MTBF shall be sufficient to meet the achieved availability requirement. MTTR is calculated by measuring all potential maintenance actions from the time a failure is identified until the system is brought back to a full operational status. As an example, this would include the time to power down the system, troubleshooting time, removal and replacement of the failed item, system power-up and verification of system repair actions. The MTTR shall be sufficient to meet the achieved availability requirement. The Antenna Group shall have built-in-test capable of detecting greater than 90% of all detectable faults. The Antenna Group built-in-test shall be capable of isolating detected faults to: 1 LRU ≥ 95% 2 LRUs ≥ 97% 3 LRUs ≥ 99% A false alarm is an indication of a fault where no fault exists. The Mean Operating Hours Between False Alarms (MOHBFA) for the Antenna Group shall be greater than 500 hours. The contractor shall conduct a single train-the-trainer event for a maximum of eight (8) Government personnel at the contractor's facility, at a time mutually agreeable with the Government, but not later than 3 months after the initial system delivery. The contractor shall provide a training summary to identify corrective and preventive maintenance tasks, operations tasks, manpower estimates for each task by maintenance level, personnel skills required to perform the maintenance tasks, and any training required to perform these tasks. The contractor shall provide lesson plans. The lesson plan contains data requirements that provide specific definition and direction to the instructor on learning objectives, equipment, instructional media requirements, and the conduct of training. The contractor shall provide a trainee guide. The trainee guide contains data which enhances the trainee's mastery of that knowledge and skills needed for a given subject. The contractor shall provide an On-the-Job-Training (OJT) handbook. The contractor shall prepare a first article unit for testing in accordance with the contract, to be complete within 6 months or less after award of the contract and 30 days prior to the scheduled acceptance testing. The contractor shall conduct a Factory acceptance test per Government approved Factory Acceptance Test Procedure (ATP) at the contractor facility. The initial contract for this requirement will consist of a base year and four option years. The Government anticipates procuring production and/or upgraded Antenna Groups not to exceed 24 per year in each year of the contract. Delivery of the first Antenna Group for a given year will be required no later than 3 months after contract award or option exercise. Deliveries for the base year and each option will be spread evenly over a 12 month period at a rate not to exceed 2 Antenna Groups per month. The Antenna Groups will be delivered to a government specified location at the time of delivery. COST INFORMATION: Please submit a rough order of magnitude estimate of the Production Unit Cost per year that will be required to achieve the requirement and proposed schedule. Please provide any published commercial price lists that are applicable to your design solution. ADDITIONAL INFORMATION: Respondents submit information at their own risk; submission of a response to this request will NOT obligate the Government in any manner. The Government will NOT reimburse the respondent for any cost associated with the information submitted in response to this request. Proprietary or restricted information shall be marked as such and will be protected and used only for the purposes of this RFI. Do NOT submit classified information in your RFI response. This RFI does NOT constitute an invitation for bid or request for proposal. Any procurement action for the TACAN Ship Antenna Group will be the subject of a separate, future announcement. The Government may request follow-on communication, including one-on-one meetings, as a result of this RFI. The Government will NOT reimburse the respondent for any cost associated with participation in these communications and/or one-on-one meetings. Responses to this RFI will not be returned. BUSINESS INFORMATION: Please submit responses to this RFI via e-mail to LCDR Amy Evangelista at amy.evangelista@navy.mil. As you may be transmitting proprietary data, you are cautioned that NAVAIR has an unsecured e-mail network. If this constraint precludes e-mail submittal of your response, you may contact LCDR Evangelista at (301) 757-5209 to arrange for alternative means of submittal. The response shall include: 1) technical data as requested above; 2) cost data as requested above; 3) a discussion of the work your company has performed previously in support of the same or similar requirement; and 4) company name and address, cage code, business size and status, and a point of contact. Please limit your response to no more than twenty (20) pages. Please submit your response no later than 2:00 p.m., Eastern Daylight Time, on 16 July 2015.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-TACAN-10_06_2015/listing.html)
 
Record
SN03760178-W 20150612/150610235738-18ebed6607c05c741e96f0bdf6ab9496 (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.