Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JULY 03, 2021 SAM #7154
SOURCES SOUGHT

17 -- E-28 Arresting Gear System Retrieve Drive

Notice Date
7/1/2021 7:16:20 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAIR WARFARE CTR AIRCRAFT DIV JOINT BASE MDL NJ 08733 USA
 
ZIP Code
08733
 
Solicitation Number
N6833521R0328
 
Response Due
7/9/2021 2:00:00 PM
 
Archive Date
07/24/2021
 
Point of Contact
Andrew J. Kolpack
 
E-Mail Address
andrew.kolpack@navy.mil
(andrew.kolpack@navy.mil)
 
Description
E-28 Retrieve Drive This Request for Information (RFI) is for information and planning purposes only and does not constitute a Request for Proposal, a Request for Quotation, or Invitation for Bids.� There is currently no solicitation package available.� It shall not be construed as a commitment by the Government to award a contract as a result of this request for information.� The Naval Air Systems Command (NAVAIR), Naval Air Warfare Center Lakehurst NJ (NAWCADLKE) is requesting information from industry in order to identify Retrieve Drive manufacturers capable of producing an E-28 Retrieve Drive to be integrated into the US Marine Corps Expeditionary Airfield (EAF) Legacy E-28 Arresting System.� The EAF Legacy E-28 Arresting System has been in service for over 35 years and currently have zero spares and does not meet the Tier IV Federal Engine Standards. PSC Code: 1710 � Aircraft Landing Equipment NAICS Code: 336413 � Other Aircraft Parts and Auxiliary Equipment Manufacturing PURPOSE: This notice is part of Government Market Research, a process for obtaining the latest information on the �art of the possible' from industry with respect to their current abilities. All company proprietary information contained in the response shall be separately marked. Any proprietary information contained in response to this request that is properly marked will be properly protected from unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition so as to not inadvertently restrict competition. OBJECTIVES: The objectives of this Request for Information (RFI) are to identify responsible sources and interested parties who have a fully developed solution that can meet or exceed NAVAIR requirements.� �� BACKGROUND: The E-28 Emergency Arresting Gear provides Naval Air Stations with the ability to safely recover tail-hook equipped aircraft in the event of an emergency landing or aborted take-off. The Retrieve Drive acts as the primary system to supply the appropriate torque to retrieve the tape to battery position.� The E28 Retrieve Drive faces component obsolescence; gasoline retrieve engine and torque converter/clutch assembly no longer supported by OEMs; and the gasoline retrieve engine is non-compliant with EPA requirements affecting maintenance and system availability. The EAF Legacy E-28 Arresting System has been in service for over 35 years and currently have zero spares and does not meet the Tier IV Federal Engine Standards. REQUIREMENTS: The E-28 Retrieve Drive shall be fully developed solution that is compatible with the fielded legacy E-28 Drive and base bolt pattern.� Shall be compliant with Tier IV Final EPA engine requirements.� The retrieve drive shall include a diesel engine, diesel engine driven coolant pump, base, gearbox, fluid coupling, sprockets, coolant piping, and engine control panel. If there are any data, tests, or certifications, including but not limited to those performed by third-party test facilities, please include with your response. Engine shall be minimum 65 HP diesel Engine shall be Tier IV Final EPA Compliant Speed Reducer / Gearbox shall have a ratio of 20 to 1 Water Pump shall have a flow rate of 84 GPM at 1800 RPM Temperature ranges of normal operation shall be between -40F to 125F Base shall be compatible with existing Legacy E-28 bolt pattern Base shall integrate into the legacy E28 system without modification or removal of components in legacy system System shall be able to tension drive chain without modification to legacy system Engine Control Panel shall contain the starter button, throttle controls, and keyless ignition or tethered key.� The Hour meter, tachometer, oil pressure gauge and ammeter/voltmeter shall be located on/within the engine control panel. Speed Reducer sprocket shall be 14�DIA, 30 teeth and integrate with current chain Fuel tanks shall be Navy approved metal tank design and located in legacy location. Base shall contain hard mounting points for Engine safety cage Engine Control shall contain preconfigured rpm settings for idle and optimal retract rpm Coolant piping from fluid pump to legacy absorber hard piping shall be installed prior to shipping Flexible coolant piping from fluid pump to coolant tank shall be installed prior to shipping Painted Components shall be finished in accordance with MPR 1221-71 Subcomponents shall be replaceable at the Operational level The retrieve drive must be in accordance with government drawings defining required specifications. �The aforementioned drawings contain Export Controlled Data and are subject to the Arms Export Control Act (Title 22, U.S.C SEC 2751).� Contractors must be certified by the Defense Logistics Services Center and have a current DD2345 on file.�� To request a copy of the drawings, please contact Mr. Andrew Kolpack.� Please include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement, with your request.� For DD2345 information call DLIS in Battle Creek, MI at 800-352-3572 or visit the Internet at http://www.dlis.dla.mil/jcp. RESPONSES Please answer the following questions/provide the following feedback in your response to this RFI: Please identify your company's small business size standard based on the primary NAICS code of 336413. The small business size standard for this NAICS code is 1,250 employees. For more information refer to http://www.sba.gov/content/table-smallbusiness- size-standards. Please identify, if your business is categorized as a small business by the SBA, or any of the following subcategories: Small Business (SB) Concern, 8(a), Small Disadvantaged Business (SDB), Woman-Owned Small Business, Historically Underutilized Business Zone (HUBZone), Veteran-Owned Small Business, or a Service-Disabled Veteran-Owned Small Business. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under the primary NAICS code? If you are a SB please answer questions 2a & b. (a)� What percentage of this requirement do you plan to perform in house (not sub-contract out)? Also indicate (with supporting rationale) if/how your company would be compliant given the restrictions identified in the Defense Authorization Bill 2013, which states that at least 50 percent of the total contract cost will be performed by the small business prime contractor or small business similar situated entities. (b)� If you are a small business, does your company have adequate resources, financial or otherwise, to perform the requirement? Please provide any other pertinent information. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, a solicitation, or an indication that the PMA251 Program Office or NAVAIR will contract for the items contained in the RFI. NAVAIR will not pay respondents for any information generated for or provided in response to this RFI. The Government will not reimburse the respondent for any costs associated with the information submitted in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside of the Government without written permission in accordance with the legend. Submit your response in a Microsoft� Word or compatible format document in no more than twenty single-sided, single-spaced pages, 12-point, Times New Roman font, using a minimum of one-inch margins. Interested parties shall respond by 05:00 pm on 06 July 2021. All information submitted should support the offeror's capability to provide the items required, and shall be furnished at no cost or obligation to the Government. Responses must be in writing and must provide clear and concise documentation indicating an offeror's bona fide capability to provide these items and sent to Andrew.kolpack@navy.mil. Verbal responses are not acceptable and will not be considered.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/ac56b2829cd540e292a21ad379a8a066/view)
 
Record
SN06049899-F 20210703/210701230121 (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 |
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.