Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 23, 2006 FBO #1550
SOURCES SOUGHT

59 -- ANTI-SKID CONTROL VALVE DIODE ASSEMBLIES, EA-6B PROWLER AIRCRAFT

Notice Date
2/21/2006
 
Notice Type
Sources Sought
 
NAICS
334417 — Electronic Connector Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-PP0055
 
Response Due
3/3/2006
 
Archive Date
3/18/2006
 
Description
The Naval Air Systems Command (NAVAIRSYSCOM) PMA-234 seeks to identify potential sources to integrate a voltage spike suppression circuit into the anti-skid system control valve solenoid drive circuits on U. S. Navy and Marine Corp EA-6B aircraft. The Contractor shall design and develop a connector adapter enclosing a suppression diode circuit conforming to the specification and criteria of Vendor Item Control Drawing 28AA00556. The Contractor shall utilize engineering tradeoffs between performance, reliability, maintainability, supportability, producibility and life cycle costs. The final assembly will be installed in parallel with two 2N158 power transistor to solenoid driver circuits rated at 28 Volts DC/Maximum 3 Amps Current. The internal packaging and stabilization of the suppression diode circuit shall be left to the discretion of the contractor as based on the contractor?s design analysis and VICD 28AA00556. The diode assembly shall be a non-repairable consumable item. The suppression diode circuit consisting of two 1N4006 rectifier diodes, conforming to MIL-PRF-19500/228J, shall be enclosed within a connector adapter. The connector adapter housing shall conform to MIL-C-5015G. The outer plating of the connector adapter housing shall be cadmium plating and olive drab in color. Soldering of electrical/electronic components shall be in accordance with J-STD-001D. End item shall meet the testing standards of MIL-STD-1344A as superseded by EIA364. The contractor shall correct and document any design characteristics that are found to inhibit or make fabrication unnecessarily costly but that do not otherwise alter operational effectiveness. The Contractor shall provide the first two production version suppression diode assemblies to the Government immediately upon completion. The Government will use them to verify conformance to design requirements and perform on-aircraft Form, Fit and Function testing. The Contractor shall provide to the Government a drawing detailing the suppression diode circuit and connector adapter assembly design, testing methodology and subassembly components. The Government shall retain the right to reproduce the Contractor?s drawing and archive it in the JEDMICS drawing retrieval system. It is anticipated that the SIC Code for this requirement will be 3678 (Electronic Connectors), the NAICS code will be 334417 (Electronic Connector Manufacturing), and the FSC code will be 5935 (Electrical Connectors). The Navy expects to award a Firm Fixed Price contract for this requirement. All interested sources are requested to submit a brief one-page statement demonstrating their capability to perform this requirement by close of business Friday 3 March 2006. It is requested that this statement also include a description of the business size and/or type. These responses may be submitted via email to candice.anderson@navy.mil or may be faxed to (301) 757-6516, Attn: Candice Anderson, Code AIR-2.5.1.8.1.7. Please respond via email or fax; no phone calls will be accepted. Note: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DoD activity. 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 this sources sought notice. No solicitation documents exist and no further information is available at this time.
 
Place of Performance
Address: Contractor Site
 
Record
SN00991947-W 20060223/060221212348 (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.