SPECIAL NOTICE
16 -- E-2D Noise Reduction System
- Notice Date
- 3/24/2017
- Notice Type
- Special Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441, 21983 Bundy Road Unit 7, Patuxent River, Maryland, 20670, United States
- ZIP Code
- 20670
- Solicitation Number
- E2DNRSRFI2017
- Archive Date
- 6/8/2017
- Point of Contact
- David B Mattingly, Phone: 301-757-7087, Ryan M Mullins, Phone: 301-757-7063
- E-Mail Address
-
david.b.mattingly@navy.mil, ryan.mullins@navy.mil
(david.b.mattingly@navy.mil, ryan.mullins@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- I. Summary NAVAIR requires a system qualified for use in an E-2D by 30 June 2017 that decreases ambient noise levels in the E-2D cockpit and cabin. The firm that provides this requirement must be capable of providing engineering and logistics support during installation of the noise reduction system unique components. Installation of the noise reduction system into the E-2D aircraft is not included in this RFI. This announcement constitutes a Request for Information (RFI) for planning purposes, in accordance with FAR 15.201(e), as part of a market survey led by the Naval Air Systems Command (NAVAIR) and the PMA 231 E-2/C-2 Airborne Tactical Data System program office. THIS IS NOT A REQUEST FOR PROPOSALS. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. The firm must be familiar with the E-2D aircraft and understand any installation limitations including clearances, weight restrictions, vibration issues, and structural requirements. The firm should be knowledgeable of noises that are prevalent in aircraft of this type. The firm must be able to provide detailed troubleshooting procedures for the proposed E-2D noise reduction system, which includes the interpretation of Built-In Test and any internal system diagnostics. NAVAIR requests that interested firms submit a brief to NAVAIR contracts (AIR 2.2.2.1). The brief should include a capabilities statement package that (1) provides the proposed noise reduction system capabilities, including product description, operational description, allocated subsystem performance and design, system interfaces, interdependencies and input signal management between the noise reduction system and other aircraft systems, and installation overview; and (2) confirms that the proposed noise reduction system will be qualified for use in an E-2D by 30 June 2017. II. Data Protection This RFI is an exchange of information between Government and Industry. It is the first step of an iterative process aimed at understanding the existence of noise sources to deliver effective noise reduction systems to the capabilities described herein. Additional RFIs requesting further detail may be issued in the future to continue the Government's informational exchange with Industry. Information received as a result of this request is expected to be sensitive and/or proprietary to the responding company and will be protected as such. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosures; however, it is incumbent upon the respondent to appropriately mark all submissions. In order to complete their review, NAVAIR must be able to share the information within the Government and any responses marked in a manner that will not permit such internal Government review may be returned without being assessed or considered. III. Response Submittal and Instructions Response submissions to the above requested supporting unclassified data must be received no later than 5:00 PM EST 24 May 2017 to the following address: ATTN: BRIAN MATTINGLY NAVAIRSYSCOM 47123 BUSE ROAD, RM 453 PATUXENT RIVER MD 20670-1906 Mr. Mattingly's phone number is (301) 757-7087 and the email address is david.b.mattingly@navy.mil. Provide full unclassified response via CD ROM with electronic media that is Microsoft Office 2010 compatible. It is requested that the response, regardless of their classification level, have a page limit of 75 pages, and must be in English. Respondents are welcome to provide multiple responses that vary the emphasis between cost and capability considerations. The respondents should clearly delineate the differences in each response identified. AS STATED ABOVE, THIS IS NOT A REQUEST FOR PROPOSALS. THIS SYNOPSIS IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. The information provided in the RFI is subject to change and is not binding on the Government. The NAVY has not made a commitment to procure any of the items discussed and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submission become Government property and will not be returned. IV. Timeline Summary 24 May 2017, 5:00pm EST: Full RFI Responses Due V. Point of Contact Any unclassified questions regarding this RFI can be directed to Mr. Brian Mattingly at david.b.mattingly@navy.mil or (301) 757-7087.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/E2DNRSRFI2017/listing.html)
- Place of Performance
- Address: TBD, United States
- Record
- SN04447704-W 20170326/170324235210-a6b83c6bca9bca0a1ba6fc6b86b4e8da (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 |