Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 03, 2018 FBO #5916
SOURCES SOUGHT

16 -- Rotor/Rotor Blade Normalization and Rotor Smoothing

Notice Date
2/1/2018
 
Notice Type
Sources Sought
 
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
H-1TRAILINGEDGEWEDGE
 
Archive Date
3/17/2018
 
Point of Contact
Linda A. Hill, Phone: 3017577061
 
E-Mail Address
linda.hill@navy.mil
(linda.hill@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) is conducting a market survey of Industry via this Request for Information (RFI) to determine potential interested sources that have the skills, experience, qualifications, capabilities and knowledge, utilizing methods and technologies to supplement and improve rotor smoothing capabilities for the AH-1Z and UH-1Y aircraft. Such supplemental technologies are desired for the efficient normalization of rotor blade lift, pitching moment, and flight characteristics (Rotor/Rotor Blade Normalization) beyond levels currently achievable via the available adjustments of blade tab angles, pitch control rods, and hub weights. The AH-1Z and UH-1Y uses the United Technologies Aerospace Systems (UTAS) Integrated Mechanical Diagnostics Health and Usage Management System (IMD HUMS) as its rotor smoothing data collection and diagnostic tool. NAVAIR does not intend to replace the IMD HUMS. NAVAIR intends to use the information provided in response to this RFI to aid in refining its acquisition strategy, budgeting assumptions, statement of work, and performance specifications. Specifically, NAVAIR is looking for sources that directly improve the Rotor/Rotor Blade Normalization and rotor smoothing for the AH-1Z and UH-1Y aircraft. Sources that are ready and capable to proceed at Manufacturing Readiness Levels (MRL), and Technological Readiness Levels (TRL), 7/8. At these levels, the MRL and TRL standards identify the capability to produce and certify systems, subsystems, or components in a production representative environment. RFI Content: Written response to this RFI is requested to be limited to no more than 25 pages (letter size), single-spaced, 12 point font minimum. The response shall demonstrate the maturity of the potential offeror's Rotor / Rotor Blade Normalization for the AH-1Z and UH-1Y aircraft blades. The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification, number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the potential prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted; b) A description of the potential offeror's past experience and performance in the design and qualification of Rotor/Rotor Blade Normalization system applicable to the AH-1Z and UH-1Y aircraft. This documentation shall address and demonstrate the following: (1) Rotor/Rotor Blade Normalization System designs that are currently in production; (2) A description of the potential offeror's quality control/quality assurance practices; (3) A description of the potential offeror's capability to expand to new product lines, specifically, maximum expected quarterly output of Rotor/Rotor Blade Normalization systems; and (4) Approach or methodologies to integrate into existing Rotor Smoothing Capabilities (IMD HUMS). c) The potential offeror shall describe in detail the proposed construction, materials, and procedures used in the manufacturing and use of Rotor/Rotor Blade Normalization systems; d) A description of notional programmatic information including top level schedules and Rough Order of Magnitude (ROM) costs necessary to achieve the program, task, and technical objectives of this RFI. Provide ROM costs by fiscal year; e) Any other technical information the potential offeror deems necessary to aid the Government in making an informed assessment, such as resources available, corporate management, facilities and manning to be assigned to the project, design and systems engineering, design verification, first article and qualification testing, planning, coordinating and conducting tests to prove system performance, and systems integration, manufacturing, and delivering hardware. Other comments and suggestions regarding the Government's course of action and/or alternatives you may offer are encouraged and appreciated. TECHNICAL DATA The Government may request an option to obtain a Technical Data Package with Government Purpose License Rights (GPLR) should transition of the concept be desirable after successful demonstration. Use of modular open systems hardware, open systems interfaces, and open systems software is highly desirable in the system architecture. ASSOCIATE CONTRACTORS AGREEMENT (ACA) IMPORTANT INFORMATION: Registration in the Department of Defense (DoD) Central Offeror Registration (CCR) database will be a prerequisite for receiving an award. For more information on the CCR, refer to the CCR website at http://ccr.gov/index.cfm. RELEASE OF TECHNICAL DATA PACKAGE INFORMATION: This program may include information that has been designated as "Distribution D," and is only releasable to current and approved DoD contractors. In addition, the program may require a procurement effort in certain critical technologies/data that are not releasable to foreign firms. Some documents are under Federal export control for "sensitive" or "controlled" technologies regulated by the U.S. Department of State's International Traffic in Arms Regulations (ITAR). Data may not be exported without an approval, authorization, or license under E.O. 12470 or the Arms Export Control Act. As such, the documents containing data whose export/transfer/disclosure is restricted by U.S. law and dissemination to non-U.S. persons whether in the United States or abroad requires an export license or other authorization. Disclosure of the control drawings requires the verification of a current license for the oral, visual, or documentary disclosure of technical data by U.S. persons to foreign persons as defined by the U.S. Department of State website. http://pmdtc.org/licenses.htm. For any foreign firm, the request must include proof of a current and applicable approval, authorization, or license under E.O. 12470 or the Arms Export Control Act if applicable. Submission Information: No phones call regarding this request will be accepted at this time. Written responses to this RFI are requested to be submitted no later than 4:00 PM (EST) 16 March 2018. Submissions may be e-mailed to Linda A. Hill at linda.hill@navy.mil. Following evaluation of all RFI responses/Statements of Capability received, the Government will make a determination if they are going to proceed and you may or may not be contacted. THIS SYNOPSIS IS SOURCES SOUGHT REQUESTING INFORMATION ONLY. IT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine the availability and adequacy of potential sources prior to determining the method of acquisition and issuance of a Request for Proposal including the use of any appropriate small business programs. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This synopsis is for informational and planning purposes only and does not constitute a solicitation for bid or proposals, and is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a competitive contract. If a solicitation is released it will be synopsized on the Federal Business Opportunities website located at http://www.fbo.gov/. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information. Contracting Office Address: Department of the Navy Naval Air Systems Command 21936 Bundy Road, Building 442 Patuxent River, MD, 20670
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00421/H-1TRAILINGEDGEWEDGE/listing.html)
 
Place of Performance
Address: H-1 Program Office/PMA-276, Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN04808323-W 20180203/180201232432-e213984c6bb4af14b406fd4dd76e56ac (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.