SOURCES SOUGHT
17 -- CVN 81 EMALS Motor Generator Sources Sought
- Notice Date
- 6/23/2021 1:26:28 PM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
- ZIP Code
- 20670-5000
- Solicitation Number
- 20210623_CNV81_Motor_Generator
- Response Due
- 7/23/2021 2:00:00 PM
- Archive Date
- 08/07/2021
- Point of Contact
- Mary R. Hall, Phone: 3017571953, Michele J. Estep, Phone: 3017577105
- E-Mail Address
-
mary.r.hall1@navy.mil, michele.estep@navy.mil
(mary.r.hall1@navy.mil, michele.estep@navy.mil)
- Description
- INTRODUCTION The Naval Air Systems Command (NAVAIR) and PMA 251 Aircraft Launching and Recovery Equipment Patuxent River, MD are seeking to determine the availability and technical capability of United States domestic businesses (including the following subsets: HUBZone; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, Woman-Owned Small Businesses) to provide the required products or services. This Sources Sought is for production of the Electromagnetic Aircraft Launch System (EMALS) Energy Storage Subsystem (ESS). The EMALS system is an aircraft launch system that provides the U.S. Navy with the ability to launch current and projected carrier-based, nose-gear-launch-equipped aircraft from Ford-class aircraft carriers. The EMALS ESS primary function is to provide the electrical-pulsed power for the EMALS. The EMALS ESS is defined as Motor Generator (M/G); Stored Energy Excited Power Supply (SEEPS); Generator Control Tower (GCT); Lube Oil accessories; and associated spares. CONTRACT BACKGROUND This effort is currently being satisfied under Contract N00019-14-C-0037 with General Atomics, subcontractor Kato Engineering, and Kato�s various subcontractors to include Curtiss Wright (CW), Astrodyne Transistor Devices Inc. (TDI), and Rockwell Automation. The current contract period of performance ends 30 September 2027, which includes all options. REQUIRED CAPABILITIES The anticipated contract action will be for material and labor necessary to manufacture, assemble, inspect, integrate, test and preserve 12 EMALS ESSs, as well as associated program management, systems engineering, logistics support, obsolescence, configuration and financial management functions required to support this production effort. The EMALS ESS production and integration are on the ship construction critical path to meeting CVN 81 delivery. This follow-on effort is for a major system and highly specialized equipment, including components thereof.� The M/G provides the overall energy storage and pulse power generation to power the aircraft launch system..� They store energy and generate power required for catapult launch.� An individual Motor Generator stores 143 Mega Joules (MJ) of energy and operates between 1500-4000 RPM.� A shipset consists of 12 M/Gs capable of storing 1,716 MJ of energy.�� The rotating assembly alone weighs 24,789 pounds and the final dry weight of the entire unit is 71,233 pounds.� The unit dimensions are 10.9 feet wide x 6.8 feet high x 14.0 feet long.� The SEEPS stores energy in capacitor banks and supplies Direct Current (DC) electrical power to the exciter stator field of the 50 Megawatt (MW), 2600-4000 RPM M/G. An interface to the ship�s electrical system supplies 115VAC electrical power to charge the capacitor banks, and the Uninterruptible Power Supply (UPS) contained in the SEEPS. The SEEPS UPS is then able to supply 115VAC power to associated GCT in case of ship�s power delivery interruption. The level of power output is controlled by a Pulse Width Modulation (PWM) to meet the demand signal from external EMALS equipment.� The GCT assembly contains multiple Programmable Logic Controller (PLC) racks with related control software and GCT power supplies. The ESS control software calculates the health status of the ESS. The power supply sends low voltage DC power to the sensors in the ESS that require voltage to operate. Internally, the GCT interfaces with the health monitoring sensors and auxiliaries of the M/G and the SEEPS. The GCT receives subsystem health data from sensors embedded in the ESS and calculates the necessary responses to start auxiliary components, such as pumps and fans. The GCT receives 115 VAC ship�s auxiliary power through an UPS, which is located inside the SEEPS cabinet.� The Government does not possess any models of the M/G.� Rather, the Government possesses PDF drawings of the M/G, which contain referenced documents that were not formally delivered to the Government.� The missing referenced documents include, material specifications, process flow documents, in- process checklists, and in-process tests with acceptance criteria.� The expense of developing any models to support qualification and manufacture of the motor generators will be borne solely by the offeror.� During production, the Government will rely heavily on the supplier�s abilities to provide technical analyses and recommendation, which are expected to be rooted in sound technical techniques including modeling, e.g. Computer Aided Design for use in Computer Aided Manufacturing, CREO Simulate or ANSYS for FEA, Bransberg Fatigue Modules for fatigue life, and Nasgro for fracture life.�� As a result, sources may be required to undergo assessment and manufacturing qualification including producing sample products for First Article Inspection estimated to take 18 to 60 months. Cost for qualification is at the contractor�s own expense.� � NAVAIR anticipates a Firm Fixed Price contract to award in March 2022 with a total performance period of 8 years. �Delivery of the EMALS ESS must occur in August 2027 to meet the Required in Yard Date (RIYD) provided by Naval Sea Systems Command for CVN 81.�� SPECIAL REQUIREMENTS It is required that interested firms are International Organization for Standardization (ISO) 9000/1400 certified and preferable if AS9100 compliant or certified. �Currently, Curtis Wright is the only Qualified Source to produce the Motor Generator Rotors. DISCLAIMER THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL.� This Sources Sought is for �information and planning purposes only� and is issued in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. Furthermore, no solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought or any follow-on information requests, and responses to this notice cannot be accepted as offers. Acknowledgements of receipt will not be made. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this Sources Sought that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This Sources Sought is the initiation of market research under Part 10 of the FAR, and is not a Request for Proposals (RFP). However, information from vendor responses may be used in formulating requirements for an RFP. ELIGIBILITY The applicable NAICS code for this requirement is 336413. The Product Service Code is 1720. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) It is requested that interested firms submit a brief to NAVAIR contracts (AIR 2.2.2.3), to include a capabilities statement package of no more than 20 pages in length, single spaced, 12 point font minimum, demonstrating capabilities in response to the NAVAIR requirements listed above.� The brief must address the following information at a minimum:� (1) prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, a Government point of contact for the effort with current telephone number, a brief description of how the contract referenced relates to the requirements described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) If you are a small business, provide an explanation of your company�s ability to perform at least 50% of the requirement; (4) any Government Furnished Property (GFP) required to perform this effort, technical data/drawings, and/or Government Furnished Information (GFI), to successfully perform the requirements; (5)� All pertinent documentation/information that describes how the interested firms/parties have the ability to solely manufacture the EMALS ESS and meet the manufacturing qualification requirements denoted within the EMALS M/G Vendor Qualification Requirements Documents (Doc #: NAWCADLKE-MISC-482700-0974). The documentation/information shall include objective evidence of compliance to reference standards, requirements, specifications and process capability. Specifically, the interested firms/parties shall show they have the capabilities to perform the following: Provide all pertinent process flow documentation that clearly shows all steps required in the manufacturing of the Induction Motor Rotor Assembly (IMRA) or an acceptable equivalent. This includes stacking, machining, form/insulate coil, form wound/coil hook-up and insulation, brazing, installation of the IMRA steel bandings, installation of the RTDs, epoxy overcoating, VPI balancing, and overspeed testing. The documentation must include the entire manufacturing process (receiving through shipping) including offline activities (such as materials, tooling, equipment, methods, measurement inspection, handling, flow of nonconforming material, and rework parts). Provide all pertinent process flow documentation that clearly shows all steps required in the manufacturing of the Induction Motor Stator Assembly (IMSA) or an acceptable equivalent. This includes stacking, test wound coil, install RTD�s, wind form wound, hook-up form wound, VPI stator, application of overcoat, paint. The documentation must include the entire manufacturing process (receiving through shipping) including offline activities (such as materials, tooling, equipment, methods, measurement inspection, handling, flow of nonconforming material, and rework parts). Provide all pertinent process flow documentation that clearly shows all steps required in the manufacturing of the Exciter Rotor Assembly (ERA) or an acceptable equivalent. This includes the Bus Ring Assembly, powder coating, tin plating, stress relief, machining, winding, brazing, stacking, epoxy overcoating, installation of the steel bandings, installation of the G11 liner, balancing, overspeed testing, and installation of the diode hub assembly. The documentation must include the entire manufacturing process (receiving through shipping) including offline activities (such as materials, tooling, equipment, methods, measurement inspection, handling, flow of nonconforming material, and rework parts). Provide all pertinent process flow documentation that clearly shows all steps required in the manufacturing of the Exciter Stator Assembly (ESA) or an acceptable equivalent. This includes stacking, test wound coil, wind form wound, hook-up form wound, VPI stator, application of overcoat, paint. The documentation must include the entire manufacturing process (receiving through shipping) including offline activities (such as materials, tooling, equipment, methods, measurement inspection, handling, flow of nonconforming material, and rework parts). Provide all pertinent process flow documentation that clearly shows all steps required in the manufacturing of the Main Stator Assembly or an acceptable equivalent. This includes stacking, install RTD�s, wind form wound, hook-up form wound, VPI stator, application of overcoat, paint. The documentation must include the entire manufacturing process (receiving through shipping) including offline activities (such as materials, tooling, equipment, methods, measurement inspection, handling, flow of nonconforming material, and rework parts). Indicate how the interested firms/parties possess or can develop models and tech analyses to aid in the adjudication of defects/non-conformances. The modeling and analyses shall be capable of incorporating non-conformance/defect details and determine the impacts on the overall system�s reliability, performance and any associate specifications. Interested parties should have the capability to provide a complete solution for this EMALS ESS requirement.� No partial solutions will be accepted. The capability statement package will determine if the interested firms/parties have the capabilities to supply EMALS ESS products to the Government�s requirements, have established manufacturing processes, and have the potential to produce product that consistently meets all requirements during an actual production run at the contractor�s production rate. The capability statement package shall be sent by email� to mary.r.hall1@navy.mil.� Submissions must be received no later than 5:00 p.m. Eastern Time on 23 July 2021.� Questions or comments regarding this notice may be addressed to Mary Hall at 301-757-1953/mary.r.hall1@navy.mil or Michele Estep at 301-757-7105/Michele.Estep@navy.mil.
- Web Link
-
SAM.gov Permalink
(https://beta.sam.gov/opp/165fcfdf7af1409692b11e6e772e2bf5/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN06040900-F 20210625/210623230114 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |