Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF JUNE 20, 2020 SAM #6778
SPECIAL NOTICE

15 -- Low Observable Form-In-Place Seal Material Systems

Notice Date
6/18/2020 6:37:53 PM
 
Notice Type
Special Notice
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
19061820
 
Response Due
9/17/2020 9:00:00 AM
 
Archive Date
09/18/2020
 
Description
RFI: �Low Observable Form-In-Place Seal Material Systems Agency: Department of the Navy Office: The Naval Air Systems Command, Naval Air Warfare Center-Aircraft Division (NAWC-AD), Aircraft Combat Survivability Division, and Materials Engineering Division Location: Naval Air Warfare Center, Patuxent River, MD Pursuant to Federal Acquisition Regulation (FAR) 15.201(e), this notice is issued as a Request for Information (RFI).� The Naval Air Systems Command (Naval Air Warfare Center-Aircraft Division, Aircraft Combat Survivability Division, and Materials Engineering Division) is seeking information from industry to identify a responsible supplier of Low Observable (LO) materials for integration into the LO subsystem of the F/A-18E/F and EA-18G aircrafts.� The Government is seeking information and data regarding LO materials comprising Form-In-Place (FIP) sealant, with tailored electromagnetic properties, that if qualified would be integrated into production and maintenance supply chains of the reduced radar cross section (RCS) treatment suite of the F/A-18E/F and EA-18G aircrafts.� Background The Department of the Navy is conducting a market research to identify responsible suppliers with capabilities to qualify and deliver FIP materials in sufficient quantities. The anticipated sealant usage volume is on the order of thousands of kits (currently 6-oz cartridge kits) per month. The actual volume requirement may be more or less depending on factors present at the time of sealant approval. Suitable FIP materials will conform to electromagnetic, mechanical, environmental, and working time (cure time, shelf life, etc.) requirements for material qualification within a maritime operating environment, for flight clearance, and for integration into the F/A-18E/F and EA-18G manufacturing and maintenance supply chain.� Additionally, market research is being conducted to: Evaluate the suitability of existing LO materials to be used for an LO FIP seal material system for frequent- and infrequent-access panels on the F/A-18E/F and EA-18G aircrafts Assess electromagnetic properties of candidate FIP seal material systems to determine whether material parameters can be adapted to match surrounding aircraft substrate (alloy and composite) parameters to ensure compatibility with the reduced RCS of the F/A-18E/F and EA-18G aircrafts Assess aeromechanical, durability, and environmental properties of candidate FIP seal material systems to determine whether the material systems are suitable for use across the F/A-18E/F and EA-18G carriage flight envelope in a maritime operating environment Determine whether candidate FIP seal material systems are available that minimize cure times and provide sufficient work life and shelf life for integration into the manufacturing and maintenance supply chain of the F/A-18E/F and EA-18G aircrafts Assess whether a supplier possesses the knowledge, experience, and equipment necessary to tailor, test, and qualify the FIP material system for flight clearance, performance, and durability in the maritime operating environment For planning purposes, the FIP material system should be of sufficient Technology Readiness Level (TRL) to support aircraft production and maintenance beginning in the 2021 to 2023 timeframe. Information Desired The following information regarding LO FIP seals, sealants, or filler material systems for frequent-access and infrequent-access panels on combat military air platforms is requested. Material Systems - General Provide a detailed overview of prospective LO material systems for potential use as LO FIP sealant for the F/A-18E/F and EA-18G aircrafts including product name, part number, model number, etc. (if applicable) Specify the type of materials system including whether it is a seal, sealant, gap filler, coating, etc. Describe the intended application of the LO material sealant, gap filler, etc. on an air vehicle (rotary wing, fixed wing, missile, etc.), surface vehicle (land-based or sea-based), etc. Describe the application method of the LO material (e.g., adhesive, spray-on, butter, pre-form, etc.) Describe the substrate on which the LO material is intended to be applied (e.g., aluminum, titanium, graphite composite, non-carbon-based composites, polycarbonates, polymers, dielectrics, etc.) Specify whether the material has LO properties Specify whether the material system is currently, or soon-to-be flight qualified for use on tactical military aircraft operating in a maritime operating environment Chemical Composition / Constituents Describe the material base polymer chemistry and composition and type (e.g., silicon-base, urethane-based, polymer, extrusion, etc.) Describe any fillers or other active ingredients and their effects on electromagnetic, mechanical, environmental, or other properties Material Properties Electromagnetic Properties Describe the electromagnetic properties and constituent parameters (real or complex) of the LO material including magnetic permeability (i.e., ?), relative permittivity (i.e., ?), conductivity (i.e., ?), impedance (i.e., ?), etc. Describe the process or method used to tailor one or more electromagnetic properties to address LO requirements in prior applications Describe the analytical, test, and evaluation methods and equipment used to qualify electromagnetic properties of the material Mechanical Properties Describe the mechanical properties of the material including but not limited to hardness, elongation, tensile strength, adhesion, peel strength, etc. Describe the process or method used to tailor one or more mechanical properties to address requirements in prior applications Describe the analytical, test, and evaluation methods and equipment used to qualify mechanical properties of the material Environmental Properties Describe the environmental properties of the material including but not limited to resistance to solvents, aircraft fluids (i.e., jet fuel, lubricating oils, hydraulic fluids, etc.), corrosion, thermal stress, vibration, aeromechanical forces, etc. Describe the process or method used to tailor one or more environmental properties to address requirements in prior applications Describe the analytical, test, and evaluation methods and equipment used to qualify environmental properties of the material Working Time Describe the working time and cure time of the material in various environmental conditions (e.g., temperature, pressure, humidity, etc.) and specifically identify tack free time and cure time to fly-away hardness Describe methods of accelerating such cure times (e.g., applications of heat, vacuum, adjusting chemical composition, etc.) and associated improvements in cure time Describe the shelf life of the material in various environmental conditions (e.g., temperature, pressure, humidity, etc.) Describe methods of extending such shelf life (e.g., refrigeration, adjusting chemical composition, re-certification testing, etc.) and associated increases in shelf life Packaging, Handling, Storage and Transportation (PHS&T) Specify material system type - one-part cure, two-part cure (material with separate hardener) or other type Specify typical packaging methods for the LO material (e.g., tube, syringe, can, caulk cartridge, etc.) Specify typical shipping temperature profile range (e.g. room temperature for three weeks at X% relative humidity, followed by standard storage temperatures) Specify current shelf life and storage requirements Response Submittal Instructions Responses to this RFI will be used for information and planning purposes only. This is not a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.� THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS REQUEST FOR INFORMATION OR OTHERWISE PAY FOR THE INFORMATION SOLICITED.� Responders are responsible for all expenses associated with responding to this RFI and for any costs associated with subsequent discussions. The Government will not provide any form of compensation or reimbursement for the information provided.� Responses to this RFI are not to exceed 100 pages in length on 8.5 x 11 paper with one-inch margins and font no smaller than 12 pt Times New Roman or Courier New.� A two-sided page will be considered two pages for the purpose of counting the 100-page limit.� The following may be included and will not count toward your 100-page limit: cover page, table of contents and rear cover page.� All submissions should include the RFI Reference Number, company, address, CAGE code, DUNS number, a point of contact with a phone number and email address, and business size status for the North American Industry Classification System (NAICS) code(s) relevant to your company�s response (i.e., large business, small business, certified 8(a) concern, veteran-owned, HUBZone, woman-owned, etc.).� Responses to this RFI may NOT be submitted via facsimile. It is preferred that responses are submitted electronically.� Acknowledgement of receipt will be provided if request for return receipt is included with the response. All information submitted will be adequately safeguarded from unauthorized disclosure in accordance with FAR Part 15.207.� Summary papers that fail to comply with the above instructions or present ideas not pertinent to the subject may not be reviewed.� Information submitted in response to this RFI is submitted at no cost to the Government and will not be returned. Responses to this RFI may be proprietary to the responding company.� It is incumbent upon sources providing responses to this RFI to accurately mark all data with all appropriate data rights, distribution statements, and classification markings. Submissions shall clearly identify any proprietary elements of the system. All responses shall be labeled appropriately, and will be handled accordingly.� A comprehensive response to this RFI may require a CLASSIFIED response.� To the extent practical, responses should be UNCLASSIFIED, complemented by CLASSIFIED appendices (up to GENSER SECRET) if required.� Both Government and Contract Services Support (CSS) personnel are part of the committee for this market research.� The RFI responses will be reviewed by government personnel and may be reviewed by personnel from 2 Circle, Inc. (2 Circle POC: Richard A. Brisbin, rbrisbin@2circleinc.com). 2 Circle, Inc. is a Service-Disabled Veteran Owned Small Business that provides expertise in the operational applications of current and future airborne weapons under contract with the government and Air Combat Effectiveness, Inc. (ACE POC: Michael Davenport: michael.davenport@acegroupllc.com). ACE is a Service-Disabled Veteran Owned Small Business that provides expertise in the operational applications of current and future airborne weapons under contract with the government.� All associated committee members are required to sign a Non-Disclosure Agreement (NDA) with the government.� However, if any submitting company wishes to obtain a separate NDA with the aforementioned CSS contractor(s) prior to response submission, please contact the POC referenced above.� If such NDA is obtained, please provide a copy to the government with the response to this RFI. UNCLASSIFIED questions to this RFI shall be submitted electronically and include in the subject line: �[INSERT COMPANY NAME] Questions: Low Observable Form-In-Place Seal Material Systems� to the following: Contract Specialist:� Meya Musso, yakedra.musso@navy.mil Combat Survivability� Advanced Technology Lead:� Michael Wagner, michael.j.wagner2@navy.mil Aircraft Materials Lead:� Mr. Kevin Miller, kevin.miller1@navy.mil Combat Survivability: John Maciejewski, john.maciejewski@navy.mil UNCLASSIFIED responses to this RFI shall be submitted electronically in an encrypted form (encrypted email or via the DoD Secure Access File Exchange (SAFE)) no later than 12:00 PM EST 17 Sept 2020, as follows: Subject line: �[INSERT COMPANY NAME] - Low Observable Form-In-Place Seal Material Systems� Submitted in Microsoft Word (.docx) or Portable Document Format (.pdf) format Submitted to the following points of contact: Contract Specialist:� Meya Musso, yakedra.musso@navy.mil Combat Survivability� Advanced Technology Lead:� Michael Wagner, michael.j.wagner2@navy.mil Aircraft Materials Lead:� Mr. Kevin Miller, kevin.miller1@navy.mil Combat Survivability: John Maciejewski, john.maciejewski@navy.mil Classified responses up to the GENSER SECRET level should be sent to: Outer envelope: Commander NAWCAD Suite 1280-D3, Building 2187 48110 Shaw Road Patuxent River, MD 20670 Inner envelope: Commander NAWCAD Suite 1280-D3, Building 2187 48110 Shaw Road Patuxent River, MD 20670 (Attn: Mike Wagner) Summary This announcement constitutes a Request for Information (RFI) led by NAWC-AD pursuant to FAR 52.215-3 � Request for Information or Solicitation for Planning Purposes. As stated above, this is NOT a request for Proposal.� NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. THIS RFI IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT, NOR WILL THE GOVERNMENT PAY FOR ANY INFORMATION SOLICITED OR PROVIDED. The information provided in this RFI is subject to change and is not binding by the Government.� NAWC-AD has not made a commitment to procure any of the items discussed, and release of this RFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. This sources sought is being used as a market research tool pursuant to FAR Part 10 to determine potential sources and their technical capabilities.� The result of this market research will contribute to determining the method of procurement. The applicable NAICS code currently assigned to this procurement is 334511. Primary Technical Points of Contact: Michael Wagner, NAVAIR AA13300 michael.j.wagner2@navy.mil Phone: (301) 342-9438 Mr. Kevin Miller, kevin.miller1@navy.mil 301-342-8039 John Maciejewski, Combat Survivability Division john.maciejewski@navy.mil 301-342-0151 Contracting Officer: Melanie Bateman Melanie.Bateman@navy.mil Phone:� 301-757-6572
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/fa972e12dca6410abf9a0f634b90d359/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05695228-F 20200620/200618230156 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.