Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 20, 2011 FBO #3556
SOURCES SOUGHT

17 -- C-2A Improved Braking System Program (IBSP)

Notice Date
8/18/2011
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
N00019-11-P7-PJ087
 
Archive Date
10/17/2011
 
Point of Contact
Fitzpatrick G Morris, Phone: 301-342-3396
 
E-Mail Address
pat.morris@navy.mil
(pat.morris@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
Statement of Objectives (SOO) C-2A Improved Braking System Program (IBSP) The Naval Air Systems Command (NAVAIR) is requesting for information (RFI) from industry in order to identify qualified contractors capable of supplying an adaptable anti-skid brake system for the Navy's C2-A Greyhound aircraft. The specific nature of the scope of work for the project is outlined below: Program Goal: The goal of the IBSP is to improve stopping performance and ground controllability of the C-2A aircraft platform through implementation of an anti-skid control to its brake system. One anti-skid system is projected to be required in early 2013 for evaluation and testing; following successful test and evaluation an additional 34 systems will be required for fiscal years 2014 through 2018 for a total of 35 systems. Objectives: Design, develop, test, produce, and potentially install an anti-skid brake system and improved brake control system components, hereafter referred to as "system." The system shall: • Provide safe and controlled aircraft braking for all operational runway conditions and lengths, including aborted takeoffs, ranging from maximum Takeoff Gross Weight of 60000 lbs with a maximum wheel rotation speed of 140 Kias (1888 Tire RPM) and an anti-skid dropout threshold speed of ~10 Knots. • Allow the modification of the existing brake system so as not to reduce the mission capability rate below 99%. • Allow the modification of the existing brake system so as not to increase the brake system maintenance man hours (MMH) by more than 1% • Minimize skids and prevent locked wheels for all normal decelerations in anticipated operating conditions. The brake control system shall provide anti-skid efficiency of at least 85% (threshold) with an objective of 90% as defined by SAE AIR1739 (velocity-weighted summation) • Include a control system that must recognize and correctly function during hydroplaning. • Prevent brakes from being applied until main wheels spin up and weight is on wheels (touchdown protection). • Provide an appropriate pilot interface in cockpit to toggle the anti-skid system on and off. • Provide fault detection and cockpit annunciation. • Provide Built-in-Test that include hardware diagnostic and shall be capable of detecting hardware malfunctions and isolating these malfunctions to the Lowest Replaceable Unit (LRU)/Single Replaceable Unit (SRU) as defined by the Maintenance Concept. Fault isolation and module/LRU replacement shall be accomplished within the allocated Mean Time to Restore (MTR). MTR is determined and defined by the system design and specific user requirements. • Not degrade existing ground handling characteristics. • Not adverse gear/aircraft dynamic, nor induces structurally detrimental vibrations and must maintain existing aircraft stability during landing, takeoff, and ground handling. • Not cause loss of braking if primary system or anti-skid system fails and shall minimize incident of tire failure. Companies interested in the C-2A IBSP are asked to respond to this RFI with a brief summary of their knowledge, capabilities and experience in the area of anti-skid brakes. Respondents to this RFI should provide documentation to support whether they have an existing anti-skid system that is installation ready and requires minimal integration impacts as well as satisfies the defined requirements of the above RFI Statement of Objectives. THIS IS A REQUEST FOR INFORMATION ONLY. It is not a Request for Proposal, a Request for Quotation, an Invitation for Bids, or an indication that NAVAIR will contract for the items contained in the RFI. NAVAIR will not pay respondents for information provided in response to this RFI. NAVAIR will not provide any feedback or evaluation results concerning information provided in response to the RFI. If a solicitation is later released, it will be synopsized in FedBizOps. It is the potential business concerns responsibility to monitor this site for the release of any synopsis or solicitation. Submit your response in a Microsoft Word or compatible format document in no more than twenty single-side, single-spaced pages, using a minimum of one-inch margins. Responses to this RFI are requested by 5PM EST on 14 October 2011. Information should be submitted to Ms. Pat Morris, Contract Specialist, through e-mail: pat.morris@navy.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/N00019-11-P7-PJ087/listing.html)
 
Record
SN02539446-W 20110820/110818235103-331fc9913c8f7298ac496cc15558c72f (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.