SOLICITATION NOTICE
A -- Distributed Aperture System Cryocoolers
- Notice Date
- 8/31/2017
- Notice Type
- Presolicitation
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Army, Army Contracting Command, ACC - APG (W909MY) Belvoir, 2461 Eisenhower Avenue, Alexandria, Virginia, 22331, United States
- ZIP Code
- 22331
- Solicitation Number
- W909MY-17-R-E016
- Point of Contact
- Crystal Pressley, Phone: 7037040860
- E-Mail Address
-
crystal.d.pressley.civ@mail.mil
(crystal.d.pressley.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Notice Type: Sources Sought Title: Distributed Aperture System Cryocoolers REQUEST FOR INFORMATION. THIS IS NOT A SOLICITATION. The Government is not obligated to make an award as a result of this request. This Request for Information (RFI) is for informational purposes only; this is not a Request for Proposal (RFP). The Government will not pay for information and materials received in response to this RFI and is in no way obligated by the information received. WHITE PAPER SUBMISSIONS: Interested and capable sources are asked to submit a white paper containing a description of the available technology listed below. Responses shall be limited to 10 pages (excluding cover page, table of contents and Specification Matrix), minimum 12 point New Times Roman font, plus a brochure on the product(s). BACKGROUND/DESCRIPTION: The United States Army CERDEC-Night Vision and Electronic Sensors Directorate (NVESD) is issuing this Request for Information (RFI) to ask for information and data on available technology as found in a specific commercial off-the-shelf production cryogenic cooler component, identified by part number. The cooler is to be used as a component of an infrared (IR) detector assembly. This RFI seeks industry performance, reliability, cost, interface and dimensional information on available coolers which could provide a significant reliability improvement and is readily available for integration and production. A Foreign Comparative Test (FCT) effort planned to start in FY17 or FY18 will test performance characteristics of candidate foreign systems. Although this FCT effort can only test foreign equipment, information on state-of-the-art domestically produced systems that meet the requirements below may be submitted for informational purposes. The cooler must have high reliability, perform in induced and natural environments found in military aircraft use and must be in volume production and ready for integration. The cooler is constrained by size, weight, power and cooling interfaces and must cool down and must maintain the detector mass and thermal operating load at cryogenic temperatures within specific timelines. Baseline information including part numbers, top drawing numbers and catalog type data of specific coolers is requested for a 3 to 5 watt capacity cooler, consuming no more than 85 watts, with cooler required voltage, current, efficiency and interface information and reliability requested for the specific candidate by the cooler supplier. Data on cooler reliability from analysis, testing and based upon fielded use experience is requested. Cooldown time for the cooler to reach stable temperature of an Infrared detector assembly cold finger operating tip, of 77 Kelvin (K), 110K, 120K and 130K must be less than the cooldown times specified in Table 1, at end of cooler life, providing the cooling capacity and at the ambient soak and operating temperatures. Reliability information at each of A, B, C, and D operation temperatures are of interest, with conditions 3A, 3B and 3C of primary interest. Ambient /Soak Temperature, in Centigrade Cool down time in minutes Cooling Capacity in Watts A. 77 Kelvin (K) Operating Temperature B. 110 K Operating Temperature C. 120 K Operating Temperature D. 130 K Operating Temperature 1 23 3 2.5 1A 1B 1C 1D 2 62 3.5 2.5 2A 2B 2C 2D 3 80 4.25 2.5 3A 3B 3C 3D Table 1 Thermal Environment and Operating Conditions Performance, reliability, envelope, electrical, thermal and other interface information, as well as the ability to withstand and operate in military aircraft environments is solicited for candidate coolers. This RFI requests reliability and operating life information on a cryocooler. Of interest is supporting data including inherent, test and field reliability experience given airborne uninhabited fighter environments from experience on the candidate cooler to date. The Mean Time Between Failure (MTBF) goal of interest is 36,000 to 72,000 hours including wear out and all failure modes of the cryocooler. For MTBF requirement computations a minimum of 6,000 cooldown cycles should be used. The cryocooler reliability calculations, (as well as cooler design) should be designed for 8,000 flight hours plus 4,000 ground hours for 30 years of service life when exposed to military aircraft environments. Also of interest is information on the candidate cooler maintenance and troubleshooting approach, fault isolation and built in test techniques, maintenance costs; as well as durability, damage tolerance, fault tolerance, fatigue and corrosion resistance throughout the design service life when installed in a sealed or semi-sealed sensor assembly. The data received in response to this RFI is for informational purposes only and does not mandate or impose requirements. It is desirable that data be received with unlimited rights to the Government. However, it is recognized that proprietary data may be included with the information provided. If so, clearly mark all proprietary information. No solicitation document exists and formal solicitation may or may not be issued by the Government as a result of the responses to this RFI. All responses to this RFI shall be submitted within 20 calendar days of the date of this announcement. All questions and white papers must be submitted via e-mail to Crystal Pressley, Contract Specialist at crystal.d.pressley.civ@mail.mil. Please reference RFI number W909MY-17-R-E016 in all requests for information and in the white paper submission. No telephonic or fax inquiries or requests will be honored. RESPONSES: All responsible sources are requested to identify their interest and capabilities by completing and responding to the following: Cover Sheet. Please provide the following information about your company in a cover sheet: a) Company Name b) Point of Contact, Phone Number, Email Address c) Company Address d) Website (if available) e) Contact Phone Number f) Business Type (e.g., Large Business (LB) Concern - Small Business (SB) Concern - 8(a) - Small Disadvantaged Business (SDB) - Woman-Owned Small Business (WOSB) - Historically Underutilized Business Zone (HUBZone) - Veteran-Owned Small Business (VOSB) - Service-Disabled Veteran-Owned Small Business(SDVOSB) g) Cage Code and DUNS Number Note: Please identify your company's small business size standard based on the primary North American Industrial Classification System (NAICS) code of 541712. The Small Business Size Standard for NAICS code 541712 is 1,000 employees. For more information, refer to http://www.sba.gov/content/table-small-business-size-standards. 1. Brief summary of the company, limited to 3 paragraphs. 2. If you identify your company as any of the SB subcategories as stipulated above, then is your company interested in a prime contract for the above requirements? 3. Under the current SB recertification regulations, do you anticipate your company remaining a small business, under primary NAICS 541712? If you are a SB answer questions 3A & B. All others skip to Question #4. a) As a SB and your company is awarded the contract, will you be able to perform at least 50% (percent) of the work. b) If you are a small business, can you go without a payment for 90 days? 4. Does your company possess the capabilities to provide the equipment and the entire range of services called for in the above? ______ YES _______ NO 5. If you answered YES to Question # 4, please provide specific contracts numbers for government or other non-government as well. 6. If you answered NO to Question # 4, please list what services in the RFI your company can provide? Please provide specific capabilities and examples. 7. Does your firm possess an approved Defense Contract Audit Agency (DCAA) accounting system? NO TELEPHONIC INQUIRIES WILL BE ACCEPTED OR HONORED. Completed questionnaire packets, with cover sheet, shall be submitted via email to Crystal Pressley, Contract Specialist, at crystal.d.pressley.civ@mail.mil, cc Undra Robinson, Contracting Officer, at undra.n.robinson.civ@mail.mil, and Leslie Aitcheson, Technical POC, at leslie.r.aitcheson.civ@mail.mil within 15 calendar days of the date of this notice. Include RFI number W909MY-17-R-E016 in the subject line. SUPPLEMENTAL MATERIAL: Vendors may submit supplemental material, in the form of briefings, product descriptions, data sheets, information papers, etc. as desired. Supplemental material is not subject to page limitations or format restrictions. Supplemental material shall be submitted through one of the following (preferred method is via email): 1. In writing by e-mail to Crystal Pressley, Contract Specialist, at crystal.d.pressley.civ@mail.mil, cc Undra Robinson, Contracting Officer, at undra.n.robinson.civ@mail.mil, and Leslie Aitcheson, Technical POC, at leslie.r.aitcheson.civ@mail.mil. Include RFI number W909MY-17-R-E016 in the subject line. 2. U.S. mail to ACC-APG - Washington, ATTN: Undra Robinson, 10205 Burbeck Road, Bldg 362, Fort Belvoir, VA 22060-5863; or 3. Facsimile to the attention of Undra Robinson at 703-704-0800. Include RFI number W909MY-17-R-E016 in the subject line. All requests for additional information must be made in writing via e-mail to Crystal Pressley, Contract Specialist, at crystal.d.preslsey.civ@mail.mil and Undra Robinson, Contracting Officer, at undra.n.robinson.civ@mail.mil. Include RFI number W909MY-17-R-E016 in the subject line. Contracting Office Address: ACC-APG - Washington, ATTN: CCCE-CW, 10205 Burbeck Road, Fort Belvoir, VA 22060-5863 Place of Performance: ACC-APG - Washington ATTN: CCCE-CW, 10205 Burbeck Road Fort Belvoir VA 22060-5863 US Point of Contact(s): Crystal Pressley, 703-704-0860 ACC-APG - Washington
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/710b996dbe5f9ebfcae74451b649a0f6)
- Place of Performance
- Address: 10205 Burbeck Rd., Bldg 362, Fort Belvoir, Virginia, 22060, United States
- Zip Code: 22060
- Zip Code: 22060
- Record
- SN04656503-W 20170902/170831233210-710b996dbe5f9ebfcae74451b649a0f6 (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 |