SPECIAL NOTICE
16 -- T55-GA-714a Engine Air Inlet Filtration System
- Notice Date
- 6/11/2012
- Notice Type
- Special Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Other Defense Agencies, U.S. Special Operations Command, Technical Applications Contracting Office (TAKO), ATTN: AMSAM-TASO-K, Lee Boulevard, Building 401, Fort Eustis, Virginia, 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- RFIH92241INLETFILT
- Point of Contact
- Anthony Ciccariello, Phone: 7578783299
- E-Mail Address
-
anthony.ciccariello1@us.army.mil
(anthony.ciccariello1@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- Draft RFI / Sources Sought for an "T55-GA-714a Engine Air Inlet Filtration System" Request for Information (RFI) THIS IS NOT A SOLICITATION ANNOUNCEMENT. THIS IS A REQUEST FOR INFORMATION ONLY. THE PURPOSE OF THIS REQUEST FOR INFORMATION IS TO GAIN KNOWLEDGE OF POTENTIAL QUALIFIED SOURCES AND TO EXPLORE INDUSTRY CAPABILITIES. RESPONSES TO THIS REQUEST FOR INFORMATION WILL BE USED BY THE GOVERNMENT TO MAKE APPROPRIATE ACQUISITION DECISIONS. This RFI is issued solely for information and planning purposes - it does not constitute as a Request for Proposal (RFP) or a promise to issue an RFP in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking proposals but will accept unsolicited proposals. The RFI respondees are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party's expense. Not responding to this RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: https://www.fbo.gov. It is the responsibility of the potential offerors to monitor these sites for additional information pertaining to this requirement. General. The United States Government is seeking sources to design and provide a state-of-the-art, lightweight and highly efficient Engine Air Inlet Filtration system for the T55-GA-714A engine system. Background: The U.S. Army has previously designed, developed and qualified the Engine Air Inlet Particle Separator (EAPS) system and the lighter weight Modified Engine Air Inlet Particle Separator (MEAPS) system helicopter weapons systems along with various foreign variants. Due to a number of reasons, the EAPS / MEAPS design has not been integrated onto Aircraft operated by the United States Government. As such, these aircraft are operating without the benefit of an engine air filtration system which has a negative effect on the continued serviceability of the engine while operating in a Desert / arid environment where the ingestion of sand and dust particles not only abrades the compressor and turbine engine blades but also degrades the compressor and turbine engine liners and clogs the cooling passages of the engine. RFI Description/Information Sought: The United States Government is seeking vendors who specialize in engine inlet filtration systems for turbine engine powered rotorcraft which use highly efficient filtration methods. The following are some of the design characteristics seen as desirable in a technical design approach based on an Internet based technical research / market survey. These are areas which the Government technical team is very interested in with respect to any technologies available in a potential follow-on RFP Contract Solicitation action as requirements for a T55-GA-714a Engine Air Inlet Filtration System are potentially being promulgated / finalized. A response to this RFI should address/discuss each of the following 15 items. 1. Light weight systems design. A critical design characteristic of any proposed technical solution. The ability of the aircraft to perform its mission of carrying "men and materials" is reduced when weight is added to the aircraft. Hence, "weight" of any additional systems must be constrained to the minimum to enable maximum Allowable Cargo Load (ACL) of the aircraft. 2. Engine Performance Reduction. Any reduction in systems performance as a result of adding an air filtration system is seen as a "negative". While it may be impossible to have "no effect" on the performance of the T55-GA-714A engine as a result of adding a filtration system of the air inlet, such performance losses must be kept to a minimum so as not to have a detrimental effect on aircraft performance. A desired response to this RFI may include technical data explaining the effects of an engine inlet filtration system on the current power/temperature margins of the T55-GA-714A engine. 3. Method of Air Filtration. Highly efficient filtration methods or reusable filtration media) design approaches are desired. Reusable media is seen as the desired technical solution to the design challenge / approach however alternative solutions shall be considered. 4. Drag Impact. A low drag penalty is desired. 5. Bypass feature. A provision for a Bypass feature of the filtration system in the event of component failure or filter contamination of icing occlusion of the filtration system is required. 6. System Failure or Degraded Performance Indication. The ability of a vendor to provide a Cockpit indication (powered) and potentially a pre-flight indication (static) of the status of the Filtration System and the level of filter contamination (if a media filter design approach is used) is required (a "Delta Pressure" status indicator). 7. Potential vendors should provide a description of the characteristics of their proposed system that address the Reliability, Availability and, Maintainability (RAM) of potential material solutions. 8. Potential vendors should provide an understanding of sustaining any technical solution (i.e. time before overhaul limits, maintenance schedules, and maintenance practices). 9. Potential Vendor Solutions or concepts for the mounting of a system on U.S. Army Cargo weapon systems. 10. What experience does your company have in the areas of Aircraft Turbine Engine Air Inlet Filtration Systems Development, Design and Qualification (either with the FAA or within DoD)? 11. How long from time of award would you expect a project of this nature to be ready for delivery? 12. What qualifications/certifications does your firm have in the areas of aircraft component design and certification? 13. Do you have examples of previously qualified design and or designs in development or qualification that could be made available for review by The United States Government representatives? 14. Does your firm have a quality assurance plan in place? What quality assurance methods and quality standards does your firm use? 15. Do you currently have a government contract? (If so please describe.) Responses to this RFI: Responses to this notice should include company name, address, point of contact, Cage Code, size of business pursuant to North American Industrial Classification System (NAICS). The RFI responses should be submitted in Microsoft Office 2007 compatible data formats (preferred) or Adobe PDF and shall be due NLT 13 JUL 2012 1630 hrs EDT. The whitepaper / RFI response is not limited in pages and submitted via e-mail only to the Government Point of Contract (POC): Mr. Anthony Ciccariello (Contract Specialist) at 757-878-0730, ext. 247 or email at anthony.ciccariello1.civ@mail.mil or Linda Whitlock (Contracting Officer) at 757-878-0730, ext 246 or email at linda.d.whitlock.civ@mail.mil. The RFI whitepaper should address the questions posed previous in this narrative. Proprietary information. Proprietary information, if any, should be kept to minimum and MUST BE CLEARLY MARKED per DoD Directive 5230.24 to aid the Government in segregating proprietary information. Please be advised that all submissions become Government property and will not be returned. If any respondee does not currently have a Proprietary Data Protection Agreement (PDPA) that would permit the Government's personnel to review and evaluate the submitted whitepaper in response to this RFI, the respondee should request to sign PDPAs with the Government. Please note that all USSOCOM Contractor support personnel have executed Non Disclosure Agreements (NDA) for all project information related to the modernization of U.S. Army weapon systems. If an additional NDA/PDPA is required by a respondee, that requirement shall be coordinated with the Contracting Specialist, Mr. Anthony Ciccariello at 757-878-0730, ext. 246. Meetings and Discussions. The Government representatives may or may not choose to meet with potential RFI responders. Such meetings and discussions would only be intended to get further clarification of potential capability, especially any development and certification risks of a proposed technology / systems design. NOTE: This is not a request for proposals and in no way obligates the Government to award any contract. The Point of Contacts Points of Contact for this Request for Information are: Mr. Anthony Ciccariello (Contract Specialist), 757-878-0730, ext. 246.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/FortEustisVA/RFIH92241INLETFILT/listing.html)
- Record
- SN02772375-W 20120613/120611235440-26aa0f36e726f138fec08bf111813e0f (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 |