AIR 4.11 Fire Scout Technical Refresh Activity Consoles
RFI Number: N68335-19-RFI-0365 Classification Code: 5342 - Hardware, Weapon System NAICS Code(s): 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing REQUEST FOR INFORMATION PURSUA... RFI Number: N68335-19-RFI-0365 Classification Code: 5342 - Hardware, Weapon System NAICS Code(s): 332999 - All Other Miscellaneous Fabricated Metal Product Manufacturing REQUEST FOR INFORMATION PURSUANT TO FAR 15.201(e) - 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 contract for any supply or service whatsoever. Further, the government is not at this time seeking proposals and will not accept unsolicited proposals. Responders are advised that the U.S. 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 interested party's expense. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS The Naval Air Warfare Center Aircraft Division (NAWCAD), Ship & Air Integrated Warfare (SAIW) is soliciting information and comments from industry on its ability to provide a non-developmental Technical reFresh Activity (TFA) Consoles for use with Fire Scout Unmanned Aerial Vehicle (UAV) Ground Control Stations (GCS). The TFA Console is a custom-made aluminum equipment rack which acts as a framework for the GCS workstation. It houses two video display units, a keyboard, an additional platform/work surface for open manuals, as well as a 19 inch standard EIA-310 rack. The core console fits through standard Navy hatches (after removal of work surface and switch panel) and has added mounting provisions for bolt-on components such as laptops and other accessories. There is additional space in the electronics enclosure to support future growth. All the other GCS components needed for a fully functioning GCS will be integrated to and through this product. RESPONSES Requested Information Section 1 of the response shall provide administrative information, and shall include the following as a minimum: • Organization name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and name and e-mail of designated point of contact. • Business type (large business, small business, small disadvantaged business, 8(a)-certified small disadvantaged business, HUB Zone small business, woman-owned small business, very small business, veteran-owned small business, service-disabled veteran-owned small business). Section 2 of the response shall provide technical information, and shall include the following as a minimum: • Interested parties shall respond with existing capabilities or products that meet all or a subset of the aforementioned attributes. Reponses that include information detailing potential tradeoffs or alternative solutions is encouraged. • Respondents should provide a detailed description of closely their solution matches the following requirements: AC INPUT: • Power Requirement per MIL-STD-1399, Section 300: Type I, 1990 Watts • 115 VAC. + or - 7% • 60 Hz, + or - 3% • 16.59 Amps • Single phase MECHANICAL • Weight NTE 750 lbs. • Heat Dissipation to Air: 5221 BTU/HR • Operating Temperature: 0? C to +40? C • Non-Operating Temperature: -25? C to +70? C • Relative Humidity: 95% Noncondensing • Airflow: 350 CFM Nominal @ .25 water pressure drop STANDARDS • MIL-STD-901 (Grade B. Class I/II, Deck Mounted, Unrestricted Orientation) Shock Requirement. • MIL-STD-167-1, Type I Vibration Requirement • MIL-STD-1310 (Navy) for bonding and grounding, except for AEGIS ships, which shall be bonded IAW NAVSEA Drawing OD32382. • Fabrication of grounding strap IAW MIL-DTL-24749A • Torque requirement for console mounting hardware and grounding stud IAW BIW Drawing 8100-3535-0059. Due to the current state of development of the Fire Scout UAS MCS, the cost for testing and certification to MIL-STD-1399, MIL-STD-901, MIL-STD-167-1, MIL-STD-1310, and MIL-STD-24749A are the responsibility of the potential contractor. • If applicable and able, respondents shall include a list of Department of Defense (DoD), Department of Justice (DoJ) or Department of Homeland Security (DoHS) programs of record that currently employ their solution. It would be helpful if a sponsor POC for each program, with email address and phone number could be identified. • The Government is interested in receiving vendors' price lists for items they believe meet the need in this RFI. Supplying price data does not imply a contractual obligation and must be provided and marked as PRICE DATA. • Respondents should include a list of authorized distributors. ADDITIONAL INFORMATION In response to this RFI, respondents shall submit written responses, not-to-exceed ten (10) pages in length via electronic mail. Product specification, sketches, or listings of authorized distributors will not count toward the page limitation. The Government is interested in identification of long lead items(s), sub-systems(s), or systems(s). The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. Proprietary information will be safeguarded in accordance with the applicable Government regulations. All information received in response to the RFI that is marked PROPRIETARY will be handled accordingly. The Government will not be liable for or suffer any consequential damages for any proprietary information not properly identified. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided in no way binds the government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information. HOW TO RESPOND Interested parties are requested to respond to this RFI with a PDF Document Format. Responses shall be limited to 10 pages and submitted via e-mail only to Kelly.gray1@navy.mil. Proprietary information, if any, should be minimized and must be clearly marked. Responses are due no later than 10 July 2019. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOps) website: www.fbo.gov. It is the potential vendor's responsibility to monitor this site for the release of any follow-on information.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »