Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 21, 2006 FBO #1517
SOURCES SOUGHT

16 -- CREW CHIEF CRASH ATTENUATING SEAT SYSTEM (CCCASS)

Notice Date
1/19/2006
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-R-0033
 
Response Due
2/3/2006
 
Description
The Naval Air Systems Command; Aircraft Support Contracts Department (AIR 2.5.1.3), Patuxent River, MD 20670-1127 announces its intention to procure on a competitive basis, the materials and services necessary for the the design, fabrication, installation, delivery, and technical support of Crew Chief Crash Attenuating Seat Systems (CCCASS) for possible integration into the CH-53D, CH-53E, MH-53E, CH-46E, HH-46D, and HH-46E aircraft. The CCCASS is intended for retrofit into Navy/Marine Corps CH-53D, CH-53E, MH-53E, CH-46E, HH-46D and HH-46E aircraft for crew chief/gunner and aerial observer seating stations. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible small business firms capable of providing these services prior to determining the method of acquisition and issuance of a Request for Proposal. Therefore, only interested small businesses are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. INTRODUCTION: The CH-53D, CH-53E, MH-53E, CH-46E, HH-46D and HH-46E lack crashworthy crew chief/gunner and aerial observer seats, exposing aircrew members to higher risk of injury or death in the event of a hard landing, crash or aircraft rollover. Current crew chief/gunner and aerial observer stations provide limited compatibility with existing aircrew mission requirements. Operational demands require that the crew chief/gunner/aerial observer be positioned at the main cabin door or window aft of the cockpit for extended periods of time. Pilots have an energy-absorbing seat in the cockpit. However, the aircraft?s crew chief is the single occupant not provided with a crash-attenuating seat. While the crew chief may choose to occupy an existing CATSS seat elsewhere in the cabin, this reduces the number of seats available for passengers by one. Further, the crew chief needs a seat in close proximity to the cockpit in order to properly perform his duties. The lack of a crash attenuating seat for the crew chief exposes this crewmember to much higher risk of injury or death in the event of a hard landing, crash, or aircraft rollover. The US Navy/Marine Corps has need for a crashworthy crew chief/gunner and aerial observer seat for use on CH-53D, CH-53E, MH-53E, CH-46E, HH-46D and HH-46E helicopters. REQUIREMENTS: The anticipated contract effort includes, but is not limited to the following: The contractor shall be required to design, fabricate, test for qualification, and produce a Crew Chief Crash Attenuating Seat System (CCCASS) that addresses safety/injury mitigation issues concerning the crew chief/gunner/aerial observer while performing flight operations and deliver said crashworthy seat for installation as an appropriately oriented seat on the right hand side of the CH-53D, CH-53E, and MH-53E helicopters, and as an appropriately oriented seat for installation into the CH-46E, HH-46D and HH-46E helicopter. Additionally, the design, fabrication, and production of interim spares and maintenance trainer kits shall be required. Furthermore, it is desirable to have the same seat installed in the CH-53D, CH-53E, AND MH-53E as well as in the CH-46E, HH-46D, and HH-46E, with little or no aircraft modifications. Specifically, the contractor shall be required to provide design improvements or new development to certify that the seats meet or exceed the qualification test requirements. TECHNICAL QUALIFICATIONS: The CCCASS shall be comprised of a single occupant crash resistant seat, 4- or 5-point restraint system, an MA-16 inertia reel, headrest, aircraft interface/reinforcement attaching hardware, and all aircraft modifications required for the installation and functioning of the CCCASS in the CH-53D, CH-53E, MH-53E, CH-46E, HH-46D and HH-46E aircraft. The primary goal of this effort is to achieve maximum crew chief/gunner/aerial observer accommodation without degrading performance of the seat design. The contractor will be required to prepare a Detailed Stress Analysis Report detailing the depth of application and evaluation of the load path for the static and dynamic seat-to-airframe attachment loads. The report shall take into consideration the final seat and seat-to-airframe attachment structural design and shall insure that all of the requirements of the CCCASS Performance Specification are met. Additionally, a complete Parts List defining the seat and all necessary components as required for installation will be required. All kits, including individual installation modification kits, must include a complete kit content list, including piece parts. The contractor shall provide developmental Drawings and Associated Lists for seat components. The contractor shall be required to develop and submit all necessary source data required to update maintenance and system description, to include Illustrated Parts Breakdown to the repairable/replaceable parts level and Maintenance and Overhaul instructions, into the government aircraft organizational level, intermediate level and NATOPS manuals. All technical source data will become government property. Technical publication source data shall include, but is not limited to the following: Seat installation, including installation modification kits, if necessary, and removal instructions that include component placement information. Instructions shall include identification, weight and the location of their center of gravity when installed, to aid in weight and balance calculations. An inventory listing with pictures referencing part numbers and units per assembly included for the seats. Maintenance instructions for the life preservation of components, maintenance procedures required resulting from the installation or removal of the seat, and instructions for preparation of the containers or components for long term storage. Inspection procedures that permit user level inspection of the system that shall identify: Inspection interval and periodic maintenance requirements (i.e., Daily, Phase, etc). Required maintenance due to use or abuse. Visual degradation indicators identifying the condition and the level of protection that the system provides if it degrades gradually over the life of the system. Performance life end, where the system is at the point that it is unable to achieve threshold performance and repeatability requirements. Packing/Storage instructions that detail how to pack the uninstalled seats into the packing/shipping container. Operational procedures and instructions for proper use and adjustment. The contractor shall provide a list of all hazardous materials used within the delivered CCCASS shipset, as defined by 29 CFR (Code of Federal Regulations) 1910.1200 Occupational Safety and Health Standards Hazard Communication. QUALIFICATION TESTING: The contractor shall be required to supply and produce up to twenty-one complete seats, to be utilized in qualification testing. The contractor will be required to install each seat and appropriate interface hardware into a CH-53D, CH-53E, MH-53E, CH-46E, HH-46D and HH-46E aircraft. The seats will be installed to verify installation and removal procedures, aircraft integration, operational compatibility, system safety, anthropometric accommodation assessment and maintenance procedures. The government shall be responsible for conducting the anthropometric accommodation assessment. All fitting tasks are to be performed at Patuxent River, Maryland and/or Naval Aviation Depot Cherry Point, North Carolina with the Government present. Additionally, a Qualification Test Report shall be provided to the government representatives. INTEGRATED LOGISTICS SUPPORT: The contractor shall be required to develop and propose the maintenance concept for the CCCASS. The maintenance concept shall include minimum storage life and minimum installed service life for the CCCASS. An approach that minimizes or excludes a requirement for maintenance is considered advantageous to the Government. PRODUCTION AND DELIVERY OF CCCASS: The anticipated contract will have Option CLINS for production units, interim spares, and Maintenance Trainer Kits. Therefore, following successful completion of the nonrecurring engineering effort, the government shall have the right to exercise option for the production units, interim spares, and Maintenance Trainer Kits. Under these options, the contractor shall perform the effort required for the fabrication, acceptance testing and delivery of production CCCASS assets. The contractor shall manufacture the CCCASS units in accordance with the approved and finalized drawing package. A and B kits are anticipated for each aircraft type/model/series. The B kit shall consist of a seat, and an A kit shall consist of the integration hardware necessary to attach the seats to the existing aircraft structure. The goal is to have commonality between systems. It is recognized that a unique A kit may be required for all type/model/series. Each kit shall include a complete Parts List. Maintenance trainer kits shall consist of the seats and any integration hardware necessary to attach the seat to the existing aircraft type/model/series trainer asset. The contractor shall provide the Interim support spares listed on the approved Interim Support Items List (ISIL) to the government. This line item shall be clarified following review of the approved ISIL. Additionally, the contractor will shall be required to provide the necessary personnel, material, and facilities. The contractor shall also maintain a Quality Assurance Program to successfully accomplish the fabrication of CCCASS production deliveries The Contract type is anticipated to be a Firm-Fixed Price, Indefinite Delivery Indefinite Quantity (IDIQ) contract. These services shall be performed at the Naval Air Systems Command, Patuxent River, Maryland. The total estimated dollar value for this procurement is roughly estimated to be $6,700,000.00. The applicable NAICS code for this requirement is 336411. It is requested that interested small businesses submit to the contracting office a brief capabilities statement package (no more than 15 pages in length, single spaced, 12 point font minimum) demonstrating ability to perform the services listed above. This documentation must address, at a minimum, the following: (1) prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, Government point of contact with current telephone number, a brief description of how the contract referenced relates to the technical services 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. The Government anticipates release of the draft electronic RFP on/or about 03 March 2006. In addition, the Government anticipates holding an Industry Day on/or about 23 March 2006. The solicitationwill be made available on the NAVAIR Home Page at http://www.navair.navy.mil/doing_business/open_solicitations/. Interested parties who have requested a copy of the RFP will be notified via e-mail when it is released. The proposed contract award date is on/or about 26 July 2006. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a draft and or solicitation is released it will be synopsized on the Federal Business Opportunities website, located at http://www.fedbizops.gov. It is the potential offerors responsibility to monitor this site for the release of any follow-on information. THIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested small businesses are highly encouraged to submit a capability package as well as any questions, comments, or suggestions. The capability statement package shall be sent by mail to the following address: Department of the Navy, Naval Air Systems Command, Aircraft Support Contracts Department, Attn: Ms. Julie A. Blew (2.5.1.3.2.2), Building 441, 21983 Bundy Road, Patuxent River, MD 20670-1127 or by facsimile to 301-757-8959. Submissions must be received at the office sited no later than 12:00 p.m. Eastern Time on 03 February 2006. Questions or comments regarding this notice may be addressed to Ms. Julie A. Blew at 301-757-8955 or via email at julie.blew@navy.mil. All responses must include the following information: Company Name; Company Address; Company Business Size; and Point-of-Contact(POC) name, phone number, fax number, and e-mail address.
 
Place of Performance
Address: N/A
 
Record
SN00969207-W 20060121/060119212654 (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.