Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF OCTOBER 03, 2020 SAM #6883
SOLICITATION NOTICE

16 -- OTO Display Module Improvements

Notice Date
10/1/2020 4:07:12 PM
 
Notice Type
Presolicitation
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NAVAL AIR SYSTEMS COMMAND PATUXENT RIVER MD 20670-5000 USA
 
ZIP Code
20670-5000
 
Solicitation Number
N00019-20-RFPREQ-PMA-276-0161
 
Response Due
9/18/2020 9:59:00 AM
 
Archive Date
10/03/2020
 
Point of Contact
LCDR Christopher Lebel, Phone: 3017575432, Jeanette A Moronta, Phone: 3019952821
 
E-Mail Address
christopher.m.lebel@navy.mil, jeanette.moronta@navy.mil
(christopher.m.lebel@navy.mil, jeanette.moronta@navy.mil)
 
Description
1.0 DESCRIPTION The Naval Air Systems Command (NAVAIR) in support of the H-1 Aircraft Program Office (PMA-276) intends to issue an order under an existing Basic Ordering Agreement (N00019-16-G-0022) to correct the primary failure mode of the Day Display Module (DDM) and the Night Display Module (NDM) and Electronic Unit (EU). �The DDM and NDM have exhibited poor reliability due to damaged optics or failed Cathode Ray Tubes (CRT). �Recommended design improvements to the NDM and DDM have been developed and evaluated in the frame of contract N00019-16-G-0022 N0001917F0025. �Additionally, the EU has experienced excessive corrosion leading to circuit card failure. �Recommended design improvements to the EU have been developed and evaluated in the frame of contract N00019-16-G-0022 N0001919F2422. �The resultant design improvements from these efforts will be a firm-fixed-price (FFP) basic ordering agreement (BOA). �The proposed North American Industry Classification Systems (NAICS) Code is 336413 and the proposed federal supply code (FSC) is 1680. The Government's intent is to award this contract for one base year. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THIS 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 AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. FURTHER, THE NAVY IS NOT AT THIS TIME SEEKING PROPOSALS AND WILL NOT ACCEPT UNSOLICITED PROPOSALS. RESPONDENTS 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 EXPENSE OF INTERESTED PARTY. NOT RESPONDING TO THIS RFI DOES NOT PRECLUDE PARTICIPATION IN ANY FUTURE RFP, IF ISSUED. IF A SOLICITATION IS RELEASED, IT WILL BE SYNOPSIZED ON THE BETA.SAM.GOV WEBSITE. IT IS THE RESPONSIBILITY OF THE POTENTIAL OFFERORS TO MONITOR THIS WEBSITE FOR ADDITIONAL INFORMATION PERTAINING TO THIS REQUIREMENT. INFORMATION PROVIDED HEREIN IS SUBJECT TO CHANGE AND IN NO WAY BINDS THE GOVERNMENT TO SOLICIT OR AWARD A CONTRACT. 2.0 BACKGROUND NAVAIR has recently seen a significant increase in Electronic Unit (EU) failures due to corrosion of the internal circuit cards.� The increase of EU failures caused by corrosion is projected to result in a shortage of EU repair parts due to obsolescence which could require a redesign of the EU.� Under contract N00019-19-F-2422, Thales has applied, tested, and qualified a corrosion inhibiting compound consisting of application of CAF33 on high risk chips and an application of Ardrox AV15 coating in order to protect them from corrosion caused by exposure to salt fog/water. NAVAIR has observed common a failure mode in DDM and NDM usage of the CRT and optic piece damage. �Under contract N00019-16-G0022 N0001917F0025, Thales has developed an external protection for the Night Optical Part (NOP) of the NDM and the Day Optical Part (DOP) of the DDM.� Thales also improved the CRT design in order to be more resistant to impact and cable pull strength.� The contractor shall perform all necessary tasks to incorporate the redesigned CRT and external protections as outlined in contract N00019-16-G-0022 N0001917F0025 into DDM and NDM production and repair line. �The contractor shall perform all necessary tasks to incorporate the Ardrox AV15 and CAF33 protection as outlined in contract N00019-16-G0022 N0001919F2422 into the EU SRA production and repair line. 3.0 REQUESTED INFORMATION As a result of this RFI, interested parties should submit a Letter of Intent (LOI) and a concept summary containing a detailed description of the party's plan, including a list of applicable FAR/DFARS clauses, to meet the anticipated requirements detailed herein. �The summary should be written from a systems solution perspective and outline development concepts that ensure maximum utilization of existing infrastructure and platform integration elements. �Additionally, respondents should explain how they are able to work with the Government and H-1 display module manufacturer, Thales AVS France SAS, to integrate into the program the anticipated efforts described herein. �Previous and/or current working relationships with Thales AVS France SAS should be noted. 4.0 RESPONSES Data Markings. �In order to complete the review, NAVAIR must be able to share an interested respondent's information both within the Government and with Government support contractors as defined in DFARS clause 252.227-7013 Rights in Technical Data - Noncommercial Items (FEB 2014). �Any responses marked in a manner that will not permit such review may be returned without being assessed or considered. �All submissions (both the LOI and the full response) must include a statement which clearly allows for the information to be disclosed with covered Government support contractors. International Traffic in Arms Regulations (ITAR). �If the respondent is a foreign concern or if a US respondent has a team member or partner who is a foreign entity, adherence to all ITAR regulations is required. NAVAIR will NOT review any classified responses submitted to this RFI. Only unclassified responses will be reviewed. Complete RFI responses must be emailed and received no later than 18 September 2020 to LCDR Chris Lebel at christopher.m.lebel@navy.mil. It is requested parties limit responses to 25 pages, and provide in a format compatible with Microsoft Office 2016. �All responses must be written in English. Any questions regarding this RFI can be directed to LCDR Christopher Lebel (christopher.m.lebel@navy.mil) at (301) 757-5432. THIS RFI 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.
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/05952b5558cf4d6f8e01a71055f3aaba/view)
 
Record
SN05816895-F 20201003/201001230151 (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.