SOURCES SOUGHT
16 -- Auxiliary Fuel Tank
- Notice Date
- 5/6/2025 5:07:27 AM
- 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
- N00019-25-RFPREQ-APM276-0170
- Response Due
- 5/20/2025 1:00:00 PM
- Archive Date
- 06/04/2025
- Point of Contact
- Robert Clark, Jeanette Moronta (PCO), Phone: 4432955749
- E-Mail Address
-
robert.f.clark186.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil
(robert.f.clark186.civ@us.navy.mil, jeanette.p.moronta.civ@us.navy.mil)
- Description
- Purpose. The intent of this RFI is to identify an existing, non-developmental item (NDI) or commercially available (commercial-off-the-shelf), in-cabin, auxiliary, fuel storage capability for the UH-1Y aircraft. During deployment, UH-1Y aircrews require an increase fuel capability in order to facilitate extended range and loitering time. Government Requirements / Limitations. The requirements or limitations for this capability are as follows: System must have no to minimal impact to aircraft center of gravity. Aft center of gravity shifts are unacceptable. System must have no to minimal impact to the structure of the aircraft. System must not degrade current aircraft capabilities (i.e. weapon stations, weapon range of motion, sensors, communications, etc.) System must be removable and replaceable in the field by two able bodied Marines using common hand tools. System desired is lightweight. System desired is for the availability of 100 gallons of auxiliary fuel. System desired must fit within the cabin space of the UH-1Y: max of 30 inches long, 28 inches wide, and 41 inches tall. System must have Bill of Material (BOM) available to the Government. System must have a Technical Data Package (TDP) available to the Government. System must use common hardware. System desired is to be able to repair and be maintained at the Organizational Level (O-Level). System must have the ability to gravity fill while installed in the cabin. System must have the ability to pressure fuel while installed in the cabin IAW ISO 45/MS24484 per SAE AS5877. System desired to have ability to drain from lowest point for fuel samples. System desired to have capability to connect to current UH-1Y auxiliary fuel ports. System desired to run on current power (28 VDC hoist power) source. System may or may not be fuel transfer pump controlled from cockpit. System must meet tie down requirements set forth in MIL-STD-81259. System must meet crashworthy military standard MIL-DTL-27422F. System must meet ballistic tolerance requirements MIL-DTL-27422F. System must meet electrical power requirements MIL-STD-704D. System should be self-sealing in accordance with military standard MIL-DTL-24422. System must be capable and qualified to store fuel types such as: JP-4, JP-5, JP-8, F-24, TS-1, F-27 and other NATO fuel code conversion. System desired to have a visual indication of the level of fuel in the cell to the aircrew. System desired to operate without impact to crew served weapons operation from both sides of the aircraft. Responses shall include the following information and answer the questions below, if available: Provide high-level summary description of the system (s) (single and/or multiple). Is the system in production today? If the system is not in production, how long has it been since it was in production? Are other Government Agencies using the system today? Was the effort awarded originally via competition or sole source? Is a technical data package for the system available to the Government? Is a Bill of Material (BOM) available to the Government? If other Government Agencies are using the system today, please provide the agency name, contract number(s), point of contact name, telephone number and electronic mail address. Has the product been sold commercially? If so, please provide up to three (3) commercial entities that have procured the product in the last eight (8) years. If so, please provide copies of the purchase orders for the product to those commercial entities in support of a commercial determination. Provide the specifications of the system to include: Dimensions (graphical pictures are desired), System weight; with maximum fuel / without fuel, System capacity description, Systems� ability to eliminate corrosion. Mounting or securing mechanism description, Existing Certifications of the system and by whom, Description of the installation requirements, Description of the time required for installation, Description of the system removal, Description of the time required for system removal, Have manuals, installation instructions and training materials been developed and validated for the system? Description of material used for manufacturing the system. Description of maximum use altitude, Description of operating temperatures tested and qualified. Description of existing fuel pump. Description of existing fuel pump and electric power requirements. If providing multiple fuel storage solutions, describe the number of existing storage containers to meet the desired capacity. If providing multiple fuel storage solution, describe item �h� above, �1-12�. Provide a range of cost for one production unit. Provide a copy of the approval of certifications, if available. Provide company designation (small business; large business; 8A, etc.) Provide the North American Industry Classification System (NAICS) code or Product Service Code (PSC). Provide other potential solutions as desired.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/deebff3b191f47b58bd22113fca7bd15/view)
- Place of Performance
- Address: Fort Worth, TX 76118, USA
- Zip Code: 76118
- Country: USA
- Zip Code: 76118
- Record
- SN07433343-F 20250508/250506230057 (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 |