Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 11, 2008 FBO #2419
SOURCES SOUGHT

16 -- CH-53E Environmental Control System

Notice Date
7/9/2008
 
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
N00019-08-P7-ZDZ67
 
Archive Date
8/9/2008
 
Point of Contact
Melanie S Bateman,, Phone: (301) 757-6572
 
E-Mail Address
melanie.bateman@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command, PMA-209 (Air Combat Electronics), is seeking information from industry to determine potential contractors who have the skills, experience, qualifications, and knowledge required to successfully integrate, test, qualify, and produce a Non-Development Item (NDI) Environmental Control System (ECS) for the CH-53E helicopter. The ECS shall provide cooling and heating capacity of no less than 36,000 BTU to avionics components and shall NOT utilize compressed air supplied by the engine or Auxiliary Powerplant (APP). ECS heating and cooling capacity shall be available when operating cockpit controls and displays with only the APP operating or using external electrical power. The ECS, excluding required ducting and operator interface, shall fit within the confines of the space currently housing the aircraft heater and shall utilize the existing mounting locations and intake / exhaust ports. The operator control panel shall be a form / fit replacement to the existing heater control panel and shall allow the operator to control both heating and cooling capability. Operational level maintenance personnel shall be able to remove the ECS and re-install the existing heater system in no more than two days; the support equipment required for the ECS shall be limited to that required for fluid level maintenance. The ECS shall be proven qualified to MIL-STD-810 and MIL-STD-461E environmental tests and shall be proven qualified to meet H-53 MIL-STD-704 Aircraft Electric Power Characteristics requirements. System design and qualification shall be completed in order to support a prototype installation no later than February 2010. The ECS is not required to maintain aircraft pressurization or to meet occupied compartment temperature specifications however, the ECS shall be capable of delivering conditioned air to the cockpit when not required to cool or heat avionics components. The Government is interested in technology that can meet the requested specifications or can be modified to meet the Government’s needs. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP), BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated in this synopsis. 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. Vendors can additionally provide a capabilities statement of no more than 3 pages in length that demonstrates the respondent’s ability to meet the requirements as specified herein, including the delivery schedule requirements. The Government is interested in receiving vendors’ commercial published price lists for items they believe meet the need in this RFI. The Government is also interested in lead-time and current stock level. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential offeror’s responsibility to monitor this site for the release of any follow-on information. All responses, including capability statements, shall be submitted no later than 3:30 PM EST, 25 July 2008. Responses shall be submitted electronically to the designated Contract Specialist, Melanie Bateman, in Microsoft Word format or Portable Document Format (PDF) at the following email address: Melanie.Bateman@navy.mil. Please submit any questions regarding this synopsis to Melanie Bateman via e-mail to Melanie.Bateman@navy.mil. 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 this sources sought.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=3fd04e41843a205df482c9b72111ffe0&tab=core&_cview=1)
 
Place of Performance
Address: Patuxent River, Maryland, 20670, United States
Zip Code: 20670
 
Record
SN01609887-W 20080711/080709221633-3fd04e41843a205df482c9b72111ffe0 (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  © 1994-2020, Loren Data Corp.