Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 05, 2011 FBO #3602
MODIFICATION

49 -- Hydraulic Component Test Stands

Notice Date
10/3/2011
 
Notice Type
Modification/Amendment
 
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 Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-11-R-0189
 
Archive Date
11/8/2011
 
Point of Contact
Jillian J Kohler, Phone: 732-323-4589, Lori A Bishop, Phone: 732-323-4771
 
E-Mail Address
jillian.kohler@navy.mil, lori.bishop@navy.mil
(jillian.kohler@navy.mil, lori.bishop@navy.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ, intends to competitively procure the A/F27T-12 Hydraulic Component Test Stand (HCTS) for use at all land based Fleet Readiness Centers (FRC), "L" Class, CVN ships and at the Marine Mobile Maintenance Facilities (MMF) based Aircraft Intermediate Maintenance Departments (AIMDs). The HCTS provides hydraulic, electrical and pneumatic power, instrumentation and controls necessary for diagnostic testing and functional acceptance testing of repaired aircraft hydraulic and pneumatic components. The legacy HCTS is nearing the end of its useful service life and the following describes the requirements for a replacement. The replacement HCTS shall be a manually operated test stand (e.g. hand turned valves for pressure & flow, numerical push buttons for temperature) with general programmable automated cyclic setting features. However, it is not the intention of the Navy for the HCTS to have pre-programmed Unit Under Test (UUT) automatic test programs to test and evaluate specific aircraft components. If any setting is automatically set the HCTS will have a manually operated redundant control. The requirements of the Navy shall be met by a modular design that allows configuration of the HCTS to change by the adding of a separate console or system in order to meet the testing or operational requirements of the activity. The HCTS shall comprise of the following modules: Main Hydraulic Console (MHC) (all activities), Pump and Motor Test Console (P&MTC) (selected land based activities) and Hydraulic Fluid Cooling System (HFCS) (USMC Maintenance facilities). Nominal requirements for the replacement test stand are: Two independent Dynamic Test Circuits capability: 30 gpm at 6,000 psig, 40 gpm at 5,000 psig, 60 gpm at 3,000 psig (all max) with full back pressure control; Low Pressure Test Circuit: 0-250 psi; Hydraulic Static Pressure Circuit: Maximum hydrostatic pressure of 10,000 psig; Pneumatic Static Pressure Circuit: Max pneumatic static pressure of 6,000 psig; Pump and Motor Capability (separate module): Able to interface/run a pump and/or motor in an additional chamber driving hydraulic pumps from 0 to 10,000 RPM, 300 horsepower, measure and display output torque of hydraulic motors in the range of 0 to 2500 in-lbs. The purpose of this Common Support Equipment (CSE) program is to satisfy this operational need by procuring a commercially built component test stand, which may require modifications to meet the requirements. It is anticipated that the contract will be a fixed price Indefinite Delivery Indefinite Quantity (IDIQ) type contract with a minimum quantity of three (3) each Main Hydraulic Console (MHC) pilot production units (PPU), one (1) each Pump and Motor Test Console (PMTC) PPU, and one (1) each Hydraulic Fluid Cooling System (HFCS) PPU to be purchased with the first Delivery Order, along with associated technical and logistics data and training. After successful completion of contractor pilot production testing and government suitability and supportability evaluation, the government intends to issue delivery orders over four (4) production years for up to (80) Main Hydraulic Console production units, up to(16) Pump and Motor Test Console production units, and up to (22) Hydraulic Fluid Cooling System production units, as well as additional logistics and technical support elements. The solicitation will be posted on the NAVAIR homepage at http://www.navair.navy.mil on or about the week of October 24, 2011. Select "Opportunities" and "Open Solicitations". Except as noted here, the Government will only release the solicitation/RFP, including any subsequent amendments, on this website. No telephone requests for the solicitation will be accepted, no written requests will be accepted and no hard copies will be mailed. Any amendment issued will be posted to the same website. After the solicitation release, vendors should regularly access the website to ensure they have all amendments. No emailed or faxed proposals will be accepted. The point of contact for this effort is: Ms. Jillian Kohler, Contract Specialist, Phone: (732) 323-4589, email: jillian.kohler@navy.mil. 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. The proposed contract is 100% set aside for small business concerns. Any questions about this announcement shall be submitted to the following: jillian.kohler@navy.mil, or at Naval Air Warfare Center Aircraft Division, Highway 547, Building 562, Room 306, Attn: 2.5.2.1.2.JK, Lakehurst, NJ 08733-5082. Note all questions and answers specific to this solicitation will be posted to the NAVAIR website. THIS PRE-SOLICITATION NOTICE IS NOT A REQUEST FOR PROPOSAL! 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 information and planning purposes only, it does not constitute a solicitation for bid or proposals, and should not 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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-11-R-0189/listing.html)
 
Record
SN02600709-W 20111005/111003234602-5abeab28145dfbc983b7e02db30d30f2 (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.