Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF APRIL 27, 2001 PSA #2839
SOLICITATIONS

36 -- REQUEST FOR INFORMATION, WIRE BRAIDING MACHINE

Notice Date
April 25, 2001
Contracting Office
Naval Air Warfare Center Aircraft Division, Contracts Department, Building 129-2, Highway 547, Lakehurst, NJ 08733-5083
ZIP Code
08733-5083
Solicitation Number
N68335-RFI-4808
Response Due
May 31, 2001
Point of Contact
Jack Murtagh (732) 323-2901
Description
DESC:WIRE-BRAIDING MACHINE, MODIFICATION TO PREVIOUSLY ISSUED RFI The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is seeking information from potential sources for Commercial-Off-The-Shelf (COTS) Wire-Braiding Machines (WBM). This activity is conducting market research only. No award is intended as a result of the RFI nor does the Government intend to pay for information received. The WBM is intended to be used by maintenance personnel in U.S. Navy and Marine Corps Intermediate Maintenance Activities (IMA's), 69C and 690 work centers. The WBM shall be a stand-alone, portable, electromechanical device designed to apply textile, wire or composite shielding materials on aircraft wiring harnesses. The WBM shall have been in-use commercially for at least 24 months, and effectively weave and apply (wrap) braiding materials on wire harnesses that are primarily inches to inches in diameter (and potentially 1 1/2 inches in diameter) by using the Maypole process. The WBM shall consist of new components and sub assemblies capable of duplicating manufacturing equivalent textile, wire or composite braid materials. The WBM shall include all required gauges, controls, connections, and other equipment as necessary to form a complete system. The components of the braiding machine shall be complete so that the installed machine can be used for the function for which it was designed. Two WBMs shall be capable of functioning while co-located in one confined workspace. The work spaces are defined as: a) ashore in a 5-ft (L) by 5-ft (W) by 7-ft (H) work area, and b) Mobile Maintenance Facility (MMF) where the entrance is 48 inches by 76 inches with a work area of 5-ft by 5-ft with a maximum height of 7-ft. All materials used in the construction of the WBM shall provide optimum performance and corrosion resistance. The unit shall have corrosion resistive coatings and be rugged enough to withstand abuse by personnel during normal operations. Cured coatings shall be resistant to abrasion, impact, and degradation from fluids and lubricants likely to be encountered with the equipment. Topcoat and primers shall not contain lead, chromates, or other heavy metals. Respondents to this RFI may provide catalogs, drawings/illustrations, technical manuals, Training description/material, calibration requirements (if any), recommended spare parts list, warranty, life cycle (ten year) technical and parts support, Testing documentation, brochures and/or any other documentation that describes the capability to manufacture and support a wire-braiding machine of the type described in this announcement. The information provided shall address the following criteria, along with supporting documentation where applicable: 1. Critical Parameters: a) Mean Time Between Failure (MTBF), b) Mean Time To Repair (MTTR), c) Performance Test Documentation, d) Dimensions. 2. Technical Documentation: a) Setup and Operation, b) Repair Processes, d) Available Training Media. 3. Delivery Schedules It is requested that respondents identify Government and/or commercial customers to whom this equipment or similar equipment has been delivered. Provide customer point of contact, including a telephone number, e-mail address or web site, quantities sold along with dates sold, and a description of the unit(s). This announcement is not a formal solicitation and is not a request for proposal. No contract will be awarded from this announcement. No reimbursement will be made of any costs to provide information in response to this announcement or any follow-up information requests. Availability of any formal solicitation will be announced under a separate Commerce Business Daily announcement. This synopsis is for information and planning purposes only and is not to be construed as a commitment by the Government. Each response must reference the "source sought" title. Responses should be sent to Naval Air Warfare Center Aircraft Division, Lakehurst, NJ, Attn: Jack Murtagh, Code 52221, Highway 547, Lakehurst, NJ 08733. Mr. Murtagh is the point of contact for this "source sought" notice and can be reached at telephone (732) 323-2901 e-mail address murtaghjl@navair.navy.mil. Responses must be received in writing no later than 31 May 2001 (day/ month/yr) by 4 pm EST.
Record
Loren Data Corp. 20010427/36SOL002.HTM (W-115 SN50K264)

36 - Special Industry Machinery Index  |  Issue Index |
Created on April 25, 2001 by Loren Data Corp. -- info@ld.com