SOURCES SOUGHT
A -- DESIGN, DEVELOPMENT, AND QUALIFICATION OF AN ENHANCED ACES-II EMERGENCY POWER SUPPLY
- Notice Date
- 1/5/2004
- Notice Type
- Sources Sought
- Contracting Office
- N00174 101 Strauss Avenue, Bldg. 1558 Indian Head, MD
- ZIP Code
- 00000
- Solicitation Number
- BAA04001
- Response Due
- 1/16/2004
- Archive Date
- 1/16/2004
- Point of Contact
- LEVONSON WHITE 301-744-6687 TOM BLACHOWSKI 301-744-2362
- E-Mail Address
-
Email your questions to whitelm@ih.navy.mil
(whitelm@ih.navy.mil)
- Description
- The Indian Head Division, Naval Surface Warfare Center (IHDIV, NSWC) is seeking proposals for development and qualification of an alternate technology for the Emergency Power Supply which is used on all variants of the ACES-II ejection seat. The Emergency Power Supply (EPS) is a pilot-actuated, back-up component, which provides electrical power to deploy the main parachute during an ejection. The current component is housed in an aluminum box, approximately 1.75 x 1.25 x 1.00 inches in size, which contains a mechanically actuated electrical power supply capable of generating 5.0 volts within 0.200 seconds of initiation and maintaining 5.0 volts for 0.500 seconds from that time. The CAD Research and Development Branch is conducting a program to enhance the performance of the Emergency Power Supply while maintaining the identical form, fit, and function as the current design. S pecifically, alternate, non-explosive, technologies are sought from the suppliers that will utilize the 10-22 pounds of mechanical pull force required to initiate the Emergency Power Supply, to generate the required output voltage to function the current parachute mortar cartridge. These proposed alternate technologies should include the rationale for their selection for this program, any previous effort(s) conducted to evaluate these technologies in aircraft and/or CAD/PAD applications, and a phased approach to development, qualification, and implementation of the enhanced Emergency Power Supply design. This announcement provides suppliers the opportunity to propose alternate concepts which the Government will evaluate through contractor performed Design Verification Testing and subsequent Service Release (Qualification) Testing. Successful completion of these tests will lead to the implementation of a new Emergency Power Supply for all variants of the ACES-II ejection seat. Organizations wishing to participate in this program must submit a proposal to IHDIV, NSWC by 16 January 2004, 4:00 p.m. Eastern Time. Proposals may contain multiple tasks; however, each task must include its own deliverable, as each task may be considered separately for award. The proposal tasks can range from proof of concept testing through sub-component development to full-scale component test efforts. The Government intents to award one contract based upon completion of proposal evaluation. Based upon on the availability of supplementary program funds, more than one contract may be awarded for other technology concepts. Specific deliverables, delivery schedules, and contracts will be negotiated with successful offerers whose concept is selected for award. All p roposals submitted under this announcement shall be considered Government property and will be treated as ?Competition Sensitive? materials. The Government may require unlimited data rights for development work performed under resulting contracts. Proposals submitted shall include the following sections: (a) cover page including title and both the technical and administrative points of contact, (b) a summary of the total proposal briefly describing the tasks to be performed, the deliverables, the costs, and the benefits of the project, (c) a detailed description of each task, not to exceed ten pages total for all tasks proposed (excluding cost/price data), which includes the following: (1) A Statement of Work detailing the each task, (2) a list of information and Government Furnished Equipment (GFE) required, (3) a description of the deliverables and their benefit to the project, (5) a schedule including milestones and time/cost profile, (d) a description of the offerer?s facilities, key personnel, and experience in the areas of interest (not to exceed 5 pages), (e) a SF1411 (Contract Pricing Data Sheet). Each task shall be evaluated using the following criteria: (a) Overall technical merit of the proposed approach, considering performance, design, risk, safety, reliability, system integration, maintenance, producibility, with an emphasis on previous testing conducted and reported in the proposal by each offerer, (b) potential contribution of the proposed approach to the ACES-II ejection seat performance, (c) the offerer?s facilities and experience with similar CAD/PAD components, (d) qualifications and applicable experience of key personnel critical to achieving the objectives including experience with other ejection seat and/or CAD/PAD co mponents, (e) total realistic cost to the Government for the proposed effort. This program is unclassified. All offers will be considered. The Government will not cover any costs required for proposal preparation. Organizations wishing to participate in this program should submit proposals (3 copies) to the Indian Head Division, Naval Surface Warfare Center, 101 Strauss Ave., Indian Head, MD 20640-5035, Attn: Mr. Levonson White, whitelm@ih.navy.mil Code 1142G, (301) 744-6687, Bldg. 1558 by 16 January 2004 by 4:00 p.m. Eastern Time. The technical representative for this project is Mr. Thomas J. Blachowski, CAD Research and Development Branch, Code 5230H, blachowskitj@ih.navy.mil and he can be reached on (301) 744-2362.
- Web Link
-
http://ih.navy.mil
(http://ih.navy.mil)
- Record
- SN00498495-W 20040107/040105211858 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |