SOURCES SOUGHT
66 -- Aircraft Generator Test Stand Control Console
- Notice Date
- 7/12/2016
- Notice Type
- Sources Sought
- NAICS
- 334515
— Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
- Contracting Office
- Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
- ZIP Code
- 08733-5083
- Solicitation Number
- N68335-16-RFI-0302
- Archive Date
- 10/22/2016
- Point of Contact
- Dorri Petterson, Phone: 732-323-1983, Alan McCarty, Phone: 732-323-2869
- E-Mail Address
-
dorri.petterson@navy.mil, alan.mccarty@navy.mil
(dorri.petterson@navy.mil, alan.mccarty@navy.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center, Aircraft Division (NAWCAD) Lakehurst, NJ is requesting information pertaining to the availability of a modified Commercial-Off-The-Shelf (COTS) aircraft generator test stand control console. This aircraft generator test stand is to be used to test, check and troubleshoot U.S. Navy and Marine Corps aircraft electrical power generation systems and components including AC generators (air and oil cooled), DC starter/generators, Integrated Drive Generators (IDG), Variable Speed Constant Frequency Alternators (VSCF), Variable Frequency Generators (VFG), Constant Speed Drives (CSD), Voltage Regulators (VR) and aircraft Supervisory Panels. The desired aircraft generator test stand control console will have at a minimum the following salient characteristics; (a) Ability to interface with the current Navy Aircraft Engine Component Test Stand's (A/F37T-21/-21A, P/N 101990) associated assemblies (i.e Drive Base Assembly (P/N 101991/-P15), AC/DC Load Bank Assembly (P/N 101995), Hydraulic Base Assembly (P/N 101997), and DC Power Supply Assembly (P/N 707998-IE800)). (b) Meet shipboard shock IAW MIL-STD-901D and shipboard vibration IAW MIL-STD-167. (c) Be of modular design (d) Scalable, reliable data acquisition with expandable analog/digital input/output (e) Automatic and Semi-Automatic test stand control (f) Provide electronic digital display metering of all relevant unit under test parameters (g) Electromagnetic Environment hardening (h) Protective features for all sub-assemblies and units under test (i) Built-in Test & Diagnostic Equipment (j) Digital entry devices for setting all test parameters and functions (k) Modular, software driven user interface and test part programs (l) Skid Mounted with base dimensions of exactly 56 x 35 inches (m) Methods to minimize and simplify system calibration (n) Open Systems Architecture and modular software that uses standard based interfaces (o) Provides for software that incorporates appropriate considerations for software configurability, portability, maintainability, reusability, scalability, interoperability, upgradability, and long-term supportability. Corporate Expertise Briefly describe your company, your products and services, history, ownership, and other information you deem relevant. In particular, please describe any projects you have been involved in that are similar in concept to what is described in this RFI, including management and operations approach, and any relevant lessons learned. (no suggested page count) Additional Materials Please provide any other materials, suggestions, and discussions you deem appropriate. Include any recommended structure of the requirements in the event the government plans to issue a request for proposal. This Request for Information (RFI) is issued solely for information and planning purposes; it does not constitute 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. The Government WILL NOT PAY for any information received in response to this request for information nor will the Government compensate the respondent for any cost incurred in developing the information for the Government. Any request for copies of solicitations will not be addressed since this is a request for information, not a request for proposal. Not responding to this RFI does not preclude participation in any future RFP. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a proprietary legend received in response to this RFI to any firms, agencies or individuals outside the Government without written permission in accordance with the legend. Respondents are notified that a formal solicitation may not necessarily result from the RFI. Availability of any formal solicitation may be announced under a separate Federal Business Opportunities announcement. All interested parties should send company, descriptive literature and/or a Rough Orders of Magnitude (ROM) on any currently available product that meets the Navy's requirements to Dorri Petterson, e-mail: dorri.petterson@navy.mil or address: Naval Air Warfare Center Aircraft Division, Contracts, Code 2.5.2.1.2, 562-3, Hwy 547, Lakehurst, NJ 08733-5082 or Alan McCarty, e-mail: alan.mccarty@navy.mil or address: Naval Air Warfare Center Aircraft Division, Contracts, Code 2.5.2.1.2, 562-3, Hwy 547, Lakehurst, NJ 08733-5082 Please include a point of contact, phone number, e-mail address, website information and CAGE Code.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-RFI-0302/listing.html)
- Record
- SN04179495-W 20160714/160712235042-80d04b3b6d516849962481ba2b4be25e (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 |