United States - ON AIRCRAFT INTERMITTENCE FAULT DETECTION CAPABILITY

For more information and to make a bid you will need to go to the third party website.

Details

Provided by Open Opps
Opportunity closing date
01 July 2019
Opportunity publication date
11 June 2019
Value of contract
to be confirmed
Your guide to exporting
Report opportunity

Description

Added: Jun 10, 2019 3:32 pm

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE AT THIS TIME. Naval Air Warfare Center Aircraft Division, Lakehurst, NJ (NAWCADLKE) is soliciting industry for feedback on how to best detect and isolate the root cause of intermittent faults on aircraft Electrical Wiring Interconnect Systems (EWIS) and any information on current technologies or products to combat intermittent faults in the Navy and Marine Corps. Intermittent faults are mechanical in nature, and conditions that can exhibit or lead to future issues include (but are not limited to) contamination/corrosion, partially broken/cut wires, recessed connector contacts, wire insulation damage, etc. Identification of damage to aircraft EWIS that can potentially trigger or progress into intermittent failures will allow for proper repairs to be effected.

NAWCADLKE is seeking information from industry regarding capabilities for an organizational maintenance level tester that is capable of detecting damage/degradation to aircraft EWIS on aircraft that leads to intermittent failures. Please provide the following information:

1) Your company / organization including: a brief description of your company / organization, small / large business status, 8A status, hub-zone status, veteran owned status.
2) A description of your company's technology and/or current products that could provide the Navy and Marine Corps with a portable automated capability for use on aircraft in the hangar environment to detect and isolate EWIS damage/degradation that could manifest as or progress to intermittent failures. Please provide any recommendations as to how your technology and/or products could best be employed by the Navy and Marine Corps to significantly reduce or eliminate intermittent failures across all Type/Model/Series (T/M/S) aircraft.
3) Identify the Technology Readiness Level (TRL) of your company's product and how was this assessed?
4) Does your company's product meet electromagnetic interference (EMI) requirements in accordance with MIL-STD-461? If yes, what tests were performed and how was this assessed?
5) Does your company's product meet explosive atmosphere requirements in accordance with MIL-STD-810? If yes, what test method was performed and how was this assessed?
6) Does your company's product meet environmental requirements in accordance with MIL-PRF-28800? If yes, what tests were performed and how was this assessed?
7) Does your company's product have other capabilities pertinent to on-aircraft EWIS testing (e.g. energization of components, high-voltage insulation resistance, relay open/close time measurement, etc.)?
8) If applicable, provide information/status on the completion of Government testing under other contracts, as well as any brochures/catalogs/articles that demonstrate your products' capabilities and current employment by DoD, Government, and commercial activities.
9) Provide a rough order of magnitude cost and delivery lead time for any of your products that could be employed by the Navy and Marine Corps.
10) Provide your point(s) of contact: Name, telephone number, email, and CAGE Code.

It is requested that information be submitted NO LATER THAN 1 July 2019 to Mr. David Andreoli, Naval Air Warfare Center Aircraft Division, Code 25212 B562-3, Route 547, Joint Base MDL, NJ 08733-5000. Mr. Andreoli may be reached by electronic mail at: david.andreoli@navy.mil. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI. This RFI is posted for planning and market research only. This RFI does not constitute a Request for Proposal, Request for Quote, or Invitation for Bids. This RFI does not commit the Government to issue any type of solicitation or award a contract. This RFI does not restrict the Government from a particular acquisition approach. The Government will not reimburse any respondent for any cost associated with information submitted in response to this Sources Sought RFI. 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.

Opportunity closing date
01 July 2019
Value of contract
to be confirmed

About the buyer

Address
Department of the Navy NAVAIR HQ United States

The deadline to apply for this opportunity has passed.
Visit the opportunities page to find another.

Is there anything wrong with this page?