CVN 81 EMALS Motor Generator Sources Sought
INTRODUCTION The Naval Air Systems Command (NAVAIR) and PMA 251 Aircraft Launching and Recovery Equipment Patuxent River, MD are seeking to determine the availability and technical capability of Unite... INTRODUCTION The Naval Air Systems Command (NAVAIR) and PMA 251 Aircraft Launching and Recovery Equipment Patuxent River, MD are seeking to determine the availability and technical capability of United States domestic businesses (including the following subsets: HUBZone; Certified 8(a), Service-Disabled Veteran-Owned Small Businesses, Woman-Owned Small Businesses) to provide the required products or services. This Sources Sought is for production of Motor Generators for the Electromagnetic Aircraft Launching System (EMALS). CONTRACT BACKGROUND This effort is currently being satisfied under Contract N00019-14-C-0037 with General Atomics, subcontractor Kato Engineering, and Kato's subcontractor Curtiss Wright. The current contract period of performance ends 30 September 2027, which includes all options. REQUIRED CAPABILITIES The prospective contract will be for the production, assembly, testing, and preservation of the EMALS Motor Generator. The Contractor will provide facilities, labor, material, and arrange for outside services, as required, to deliver the Motor Generators to the shipyard in support of CVN 81. The EMALS Motor Generators are part of the Energy Storage Subsystem (ESS). They store energy and generate power required for catapult launch. An individual Motor Generator stores 143 Mega Joules (MJ) of energy and operates between 1500-4000 RPM. A shipset consists of 12 Motor Generators capable of storing 1,716 MJ of energy. The rotating assembly alone weighs 24,789 pounds and the final dry weight of the entire unit is 71,233 pounds. The unit dimensions are 10.9 feet wide x 6.8 feet high x 14.0 feet long. (See picture in attached document) Sources may be required to undergo assessment and manufacturing qualification including producing sample products for First Article Inspection estimated to take 18 to 24 months. Cost for qualification is at the contractor's own expense. Access to the Motor Generator drawings for viewing purposes only will be made available upon request; due to the sensitivity of these drawings foreign nationals cannot be granted access. NAVAIR anticipates a Firm Fixed Price contract to award in December 2020 with a total performance period of 8 years. SPECIAL REQUIREMENTS It is required that interested firms are International Organization for Standardization (ISO) 9000/1400 certified and preferable if AS9100 compliant or certified. Currently, Curtis Wright is the only Qualified Source to produce the Motor Generator Rotors. DISCLAIMER THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. This Sources Sought is for "information and planning purposes only" and is issued in accordance with Federal Acquisition Regulation (FAR) Clause 52.215-3. Furthermore, no solicitation document exists at this time. Issuance of this notice does not constitute any obligation on the part of the Government to procure these items or to issue a solicitation. In addition, the Government is under no obligation to pay for information submitted in response to this Sources Sought or any follow-on information requests, and responses to this notice cannot be accepted as offers. Acknowledgements of receipt will not be made. Any information that the vendor considers proprietary should be clearly marked as such. Responses to this Sources Sought that indicate that the information therein is proprietary or represents confidential business information will be received and held in confidence for U.S. Government use only. This Sources Sought is the initiation of market research under Part 10 of the FAR, and is not a Request for Proposals (RFP). However, information from vendor responses may be used in formulating requirements for an RFP. ELIGIBILITY The applicable NAICS code for this requirement is 336413. The Product Service Code is 1720. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. ADDITIONAL INFORMATION AND SUBMISSION DETAILS (CAPABILITIES STATEMENT) It is requested that interested firms submit a brief to NAVAIR contracts (AIR 2.2.2.3), to include a capabilities statement package of no more than 10 pages in length, single spaced, 12 point font minimum, demonstrating capabilities in response to the NAVAIR requirements listed above. The brief must address the following information at a minimum: (1) prior/current corporate experience performing efforts of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, a Government point of contact for the effort with current telephone number, a brief description of how the contract referenced relates to the requirements described herein; (2) company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small business status; (3) If you are a small business, provide an explanation of your company's ability to perform at least 50% of the requirement; (4) any Government Furnished Property (GFP) required to perform this effort, technical data/drawings, and/or Government Furnished Information (GFI), to successfully perform the requirements. The capability statement package shall be sent by mail to the Naval Air Systems Command, AIR 2.2 Contracts, Code 2.2.2.3.1 Regina Ford, 47123 Buse Road, Building 2272, Suite 453, Naval Air Systems Command, Patuxent River, MD 20670. The response may also be sent via email to Regina.Ford@navy.mil. Submissions must be received no later than 5:00 p.m. Eastern Time on 30 August 2019. Questions or comments regarding this notice may be addressed to Regina Ford at 301-757-7046/Regina.Ford@navy.mil or Michele Estep at 301-757-7105/Michele.Estep@navy.mil.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »