Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2012 FBO #4044
SOURCES SOUGHT

15 -- Improved Inlet Solution (IIS) Design for V-22 Tiltrotor Propulsion System

Notice Date
12/18/2012
 
Notice Type
Sources Sought
 
NAICS
336412 — Aircraft Engine and Engine Parts 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
Reference-Improved-Inlet-Solution-Design
 
Point of Contact
Clyde Hartshorn, Phone: 301-757-9088, Christopher A Rawlings, Phone: 301-757-9999
 
E-Mail Address
Clyde.Hartshornjr@navy.mil, Christopher.Rawlings@navy.mil
(Clyde.Hartshornjr@navy.mil, Christopher.Rawlings@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
INTRODUCTION The Naval Air Systems Command (NAVAIR), V-22 Contracts Department (AIR 2.3.3), Patuxent River, MD is seeking information from potential sources having an interest in as well as the resources and technologies available to provide an Improved Inlet Solution (IIS) design for V-22 Tiltrotor propulsion system. The result of this Sources Sought will be to determine the method of procurement. The contractor will be expected to provide all necessary labor, materials, facilities, and services in support for the effort contemplated. Place of Performance Percentage of Effort Government (On-Site) Contractor (Off-Site) Contractor's Facilities 100% 0% 100% DISCLAIMER THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. PROGRAM BACKGROUND The V-22 aircraft has a unique tiltrotor design. This design has encountered reliability degradation from the ingestion of particles into the aircraft engines particularly while operating in the hover mode. This has resulted in reduced engine reliability or "Time on Wing" (TOW) due to this ingestion of particles when operating in austere environments. The Government is looking for a technical solution and the integration of that solution into the propulsion system of existing and future V-22 aircraft that improves engine TOW particularly in austere/desert environments. REQUIRED CAPABILITIES The Government is looking for a cost effective IIS that significantly increases TOW. The objective is for IIS to be delivered as a mission kit that could be installed at the organizational level within eight (8) hours or less. Specifically, the Government envisions the V-22 IIS to meet the following operational and program requirements: 1. Being able to achieve 90% (or greater) particle separation efficiency utilizing a ISO 12103-1, A4 (ISO Course) and A2 (ISO Fine) sand distribution; 2. Ability to achieve the V-22 Technology Readiness Level (TRL) of ‘7' within 12 months of development; 3. Provide an integrated anti-ice system that utilizes thermoelectric, bleed air, coatings, or other means to prevent ice formation in the engine inlet while in icing conditions (i.e. local environment (within the inlet) of zero (0) degrees Celsius and visible moisture); 4. Solution can not significantly degrade the range and hover capability of the aircraft; 5. Maintain a weight of 125 lbs per shipset which consists of two (2) inlets per aircraft while fulfilling the other requirements; 6. Solution must be viable in an austere mission environment; 7. Solution can have no negative impact on overall engine safety, survivability, reliability, maintainability, and availability; 8. Ability to meet the requirements of V-22 System Level Performance Spec SD-572-1-3; and 9. Ability to integrate proposed solution with the aircraft and engine manufacturer. SPECIAL REQUIREMENTS Any resulting contract is anticipated to have a security classification level of Secret. Any resulting contract shall be compliant with the specialty metal restriction of the Berry Amendment (10 U.S.C. 2533a and 2533b) in accordance with DFARS clauses 225.7002 and 252.225-7014 Alt 1, unless an exception applies. ELIGIBILITY The applicable NAICS code for this requirement is 336412, "Aircraft Engine and Engine Parts Manufacture" with a size standard of 1,000 employees. The Product Service Code is 1510. SUBMISSION DETAILS Interested businesses shall submit their capability statement that addresses the required capabilities identified above. Responses shall be mailed to DEPARTMENT OF THE NAVY, NAVAL AIR SYSTEMS COMMAND, V-22 CONTRACTS DEPARTMENT (AIR 2.3.3.3.5), Bldg 2272, Suite 155, Attn Clyde Hartshorn, Contracts Specialist, 47123 Buse Road, Patuxent River, MD 20670-1127. Any questions should be directed to Clyde Hartshorn at clyde.hartshornjr@navy.mil. No phone or email solicitations with regards to the status of the RFP will be accepted prior to its release. The capability statement will only be used for internal market research purposes and no feedback will be offered to the interested parties that submit their capability statements. One hard copy and two soft copy CD-ROM responses shall be received at this office no later than 12:00 pm Eastern Time on 4 January 2013 and reference this synopsis number on both the mailing envelope as well as on all enclosed documents. Due to heighted security requirements, ADDITIONAL MAILING TIME may be required for receipt of responses. Information and materials submitted in response to this request WILL NOT be returned. Classified material SHALL NOT be submitted. Any interested firms should submit a capability statement package (no more than ten (10) 8.5 X 11 inch pages, font no smaller than 10 point) which demonstrates the firm's ability to perform the required capabilities and special requirements. Documentation should be in bullet format. All responses shall include Company Name, Company Address, Company Cage Cage, Company Business Size, and Points-of Contact (POC) including name, phone number, fax number and email address. Standard company brochures will not be considered a sufficient response to this Sources Sought Synopsis. In the capabilities statements, contractors should provide their size status for the above referenced NAICS code, (i.e. large, small) and whether or not they are a certified HUBZone, 8(a), women owned, small disadvantaged and/or disabled veteran owned concern. As a reminder, small businesses are required to perform at least 50 percent of the costs of the contract performance with their own personnel (FAR 52.219-14). A separate synopsis will be issued for the Request for Proposal (RFP) resulting from this sources source synopsis.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/Reference-Improved-Inlet-Solution-Design/listing.html)
 
Record
SN02951351-W 20121220/121218234721-38d51797d09baaa504ab9d62202bea62 (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.