SOURCES SOUGHT
16 -- CH-53K Aircrew and Cabin Seats - RFI_TablesXVIIIabd
- Notice Date
- 7/5/2017
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment 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
- CH-53K_Aircrew_Cabin_Seats
- Archive Date
- 8/4/2017
- Point of Contact
- Kathie M. Bartz, Phone: 301-757-5271
- E-Mail Address
-
kathie.bartz@navy.mil
(kathie.bartz@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- CH-53K Aircrew and Cabin Seats Tables XVIIa, XVIIIb and XVIIId. INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-261 CH-53 Heavy Lift Helicopter Program Office, announces its intention to procure: CH-53K Aircrew and Cabin Seats. DISCLAIMER THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS RFI IS ISSUED SOLELY FOR INFORMATION AND PLANNING PURPOSES - IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) OR A PROMISE TO ISSUE AN RFP IN THE FUTURE. THIS REQUEST FOR INFORMATION DOES NOT COMMIT THE GOVERNMENT TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE GOVERNMENT IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS ARE ADVISED THAT THE GOVERNMENT WILL NOT PAY FOR ANY INFORMATION OR ADMINISTRATIVE COSTS INCURRED IN RESPONSE TO THIS RFI. ALL COSTS ASSOCIATED WITH RESPONDING TO THIS RFI WILL BE SOLELY AT THE EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE FEDERAL BUSINESS OPPORTUNITIES (FBO) WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. PROGRAM BACKGROUND The CH-53K Aircrew and Cabin seat effort began in 2016 after a test event identified numerous issues with the existing seats. These issues include overall occupant comfort, aircrew endurance, ease of installation, and others. Any changes to the current seat would result in a full re-qualification effort as the current seats are contractor furnished equipment (CFE). The plan for this new effort will be to go from CFE to Government Furnished Equipment (GFE); therefore the Government would manage the configuration of the seats and improve the seats at some point in the future. ELIGIBILITY The Government desires a cabin seat design that interfaces with the current CH-53K cabin seat airframe interface and meets the current CH-53K crashworthiness requirements. ANTICIPATED PERIOD OF PERFORMANCE May 2018 thru December 2019 ANTICIPATED CONTRACT TYPE Firm Fixed Price REQUIRED CAPABILITIES The Government seeks potential sources to supply Cabin aircrew and troop seats that provide an ergonomic platform for all cabin occupants and shall serve as a crash survival system to protect seat occupants from impact forces and accelerations associated with survivable crashes. The seats shall be ergonomically designed to enable occupant endurance for four-hour duration missions. Provisions for rapid seat stowage shall be provided enabling reconfiguration from troop to cargo carrying missions. The seats shall attenuate impact acceleration in the vertical direction through controlled downward stroke and shall not allow energy absorbing stroke in the forward and lateral directions. Occupants throughout the required anthropometric range shall be restrained in the seat in such a manner that injurious contact is prevented against surrounding structures and other surfaces throughout the seat stroke envelope. The restraint system shall permit emergency egress from the seat when upright, on its side, inverted, stroked or unstroked. The volume, layout and configuration of aircrew stations as well as personal equipment, where applicable, shall be developed to enable maximum accommodation of the target envelope, as represented by the various anthropometric design cases shown in Table XVIIa. Accommodation shall be no more restrictive of the user population than what is currently accommodated. The seating system shall be designed to accommodate the prescribed population in consideration of seat-body position effects, seat adjustments, restraint systems, clothing, personal equipment, and any man-mounted systems with respect to aircraft performance, mission environments and operational regimes. Table XVIIa provides the "default" anthropometric variables for seating accommodations. Design case dimensions are disproportionate, representing the body size and makeup characteristics of the user population in consideration of the predicted critical fit/function interfaces. Table XVIIc provides the detailed personal equipment that shall be used for egress design requirements. TABLE XVIIc lists items of gear which add bulk and must be considered with respect to egress potential. This bulk should also be considered when designing for occupant accommodation. Table XVIId provides the detailed personal equipment that shall be considered during cabin seat design and assessing any requirement specifying body borne equipment, clothing, survival gear, or combat loaded Marine. For all personnel, Nuclear, Biological and Chemical NBC gear shall consist of the appropriate Mission-Oriented Protective Posture (MOPP) gear for the mission. For aircrew, this shall be MOPP 4, for troops, it could be MOPP 1, 2, 3, or 4: • MOPP Level 1 - Suit and Mask worn, gloves and boots carried. • MOPP Level 2 - Suit and boots worn. Gloves carried. • MOPP Level 3 - Suit, boots and mask worn. Gloves carried. • MOPP Level 4 - All protection worn. SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office (1) a summary outline and a brief capabilities statement package (no more than 10 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the service listed under the required capabilities. This documentation must address at a minimum the following: 1. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address. 2. Company profile to include number of employees, annual revenue history, office location(s), Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc. 3. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract numbers and values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein; 4. Management approach to staffing this effort with qualified personnel; 5. Statement regarding capability to obtain the required industrial security clearances for personnel; 6. Substantiation that your company possesses the drawings, data rights and license required for installation of the seats. 7. Company's ability to begin performance upon contract award. 8. Outline the type of work has your company performed in the past in support of the same or similar requirement? 9. Outline whether your company can or has your company managed a task of this nature? If so, please provide details. 10. Outline whether your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement. 11. Provide information in regard to the specific technical skills your company possesses to ensures capability to perform the tasks? 12. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities. 13. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern. 14. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements. Your response to this RFI, including any capabilities statement, shall be electronically submitted via email to the Contract Specialist, Kathie Bartz at Kathie.bartz@navy.mil in either Microsoft Word or Portable Document Format (PDF). The deadline for response to this request is 4:00 p.m., Eastern Standard Time, 20 July 2017. All data received in response to this RFI that is marked or designated as corporate or proprietary will be fully protected from any release outside the Government. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. No phone or email solicitation with regard to the status of the RFP will be accepted. All questions must be submitted via e-mail. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to these RFI.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/CH-53K_Aircrew_Cabin_Seats/listing.html)
- Record
- SN04567628-W 20170707/170705235848-157eb70da54011a5c7bb6bd719e441db (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 |