The RFP Database
New business relationships start here

H-640 Engine Test Set


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A REQUEST FOR INFORMATION ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This Sources Sought notice is being posted to satisfy the requirement of Defense Federal Acquisition Regulation Supplement (DFARS) 206.302-1(d). The Naval Air Warfare Center Aircraft Division (NAWCAD), Lakehurst, NJ, intends to negotiate on a non-competitive basis with Howell Instruments, Inc., Fort Worth, TX, for the production of fifty (50) H-640 Engine Test Sets. Howell Instruments is the designer, developer, and manufacturer (Original Equipment Manufacturer (OEM)) of the H-640 Engine Test Set.

THIS IS NOT A REQUEST FOR PROPOSAL (RFP) BUT RATHER A REQUEST FOR INFORMATION (RFI) from industry that will allow the Government to identify interested sources capable of meeting the requirements as stated herein. No Solicitation exists. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. All data received in response to this RFI, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. 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. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. It is the potential offeror's responsibility to monitor this site for the release of any follow-on information.

1.0 BACKGROUND

The H-53 helicopter is the USMC/USN's primary helicopter for cargo and assault support and mine sweeping, and is managed by PMA 261. It has three T64 engines and a seven blade main rotor. The General Electric (GE) T64 turboshaft free-turbine engine is a mature engine introduced in the early 1960s on the H-53 helicopter. The NP-600A has been in service in support of the H-53 since the 1980s. The H-53E fleet requires a replacement for this test set that will interface with the T64.

The respondent should address its ability to deliver and support an engine test set that possesses the following characteristics:

Overall Requirements:
- Test set shall be capable of measuring Variable Geometry Vane angles on T64 engines.
- Test set shall display stage 1 variable vane angle, engine compressor speed (Ng), and ambient temperature (TAMB - engine inlet temperature) concurrently.
- Test set shall meet calibration systems requirements per MIL-STD-45662 (ISO-10012-1 or ANSI-Z540-1).
- Test set shall be capable of operating on either a 28 VDC or 115 VAC at 400 Hz.
- Test set shall utilize mil-spec connectors to interface with aircraft and sensor cables.
- Test set shall be EMI/ESD hardened qualified to standards such as MIL-STD-461F and MIL-PRF-28800F.
- Test set shall be able to operate in the harsh shipboard/flightline environment.
- Test set display shall be readable in low to bright ambient light conditions.

TAMB Requirements
- The system shall interface with current TAMB probe.
- The resistance of probe shall correlate to the temperature.
- The resistance temperature detector (RTD) shall have a range of 76-134 ohms.
- The system shall be able to measure a temperature range of -60 to 85 degrees Celsius.
- The system shall have a maximum tolerance of 0.4 degrees Celsius.

Vane Angle Indications
- The system shall interface with current Variable Geometry Vane Angle Sensing Tool.
- The system shall read angles from -90 degree to 90 degrees.
- The system shall be able to zero the indicator at 41.5 degrees.
- Clockwise rotation shall cause an increase in angle degrees.
- Counterclockwise shall cause a decrease in angle degrees.
- The system shall have a maximum tolerance of 0.5 degrees.
- The system shall have an excitation voltage of 20.0 VAC to 28.0 VAC RMS.
- The system shall have an excitation frequency of 360 Hz to 440 Hz.
- The displayed vane angle shall correlate to the position synchro signal.

RPM Requirements
- The system shall measure rotational speed of the compressor (Ng) in RPM from 0 to 120%.
- The system shall have a maximum tolerance of 0.2%.
- The system shall be able to receive an input signal of 3-84 Hz at 3 VAC.
- The system input signal frequency shall correlate to the RPM.

2.0 REQUESTED INFORMATION

As a result of this RFI, NAVAIR expects each interested respondent to submit a Letter of Intent (LOI) and a concept summary, which should contain a detailed description of the paragraph 1.0 requirements, be written from a system-solution perspective, and outline development concepts that ensures maximum utilization of infrastructure and platform integration elements that already exist. Prospective offerors should explain how they are able to work with the Government and the aircraft manufacturer to integrate the proposed design into the H-53 program.

3.0 RESPONSES

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.

In order to receive classified information pertinent to this RFI, responding parties must submit an unclassified LOI in either Microsoft Word or Portable Document Format (PDF), using 12-point font minimum, and not to exceed twenty single-spaced pages. The LOI shall include the following information to verify credentials (do not submit classified information):

a. Company Name; Company Address; Company Business Size, and Point-of-Contact (POC) name, phone number, fax number, and e-mail address.
b. Company profile to include number of employees, annual revenue history, office location(s), DUNS number, and a statement regarding current small/large business status;
c. Prior/current corporate experience performing efforts of similar size and scope within the last three years, including contract values, Government point of contract with current telephone number, and a brief description of how the referenced contract related to the services described herein;
d. Management approach to staffing this effort with qualified personnel;
e. Statement regarding capability to obtain the required industrial security clearances for personnel;
f. Company's ability to begin performance upon contract award.
g. What type of work has your company performed in the past in support of the same or similar requirement?
h. Can or has your company managed a task of this nature? If so, please provide details.
i. Can or has your company managed a team of subcontractors before? If so, please cite contracts and teaming arrangement.
j. What specific technical skills does your company possess which ensures capability to perform the tasks?
k. If you are a small business, provide an explanation of your company's ability to perform at least 50% of the tasking described in required capabilities.
l. Provide a statement including current small/large business status and company profile to include number of employees, annual revenue history, office location, CAGE code, DUNS number, etc.
m. Respondents to this notice must also indicate whether they are a large business or qualify as a Small, Small Disadvantaged, Small Disadvantaged Veteran Owned Small Business Women-Owned, 8(a), Hub Zone or Service Disabled Veteran-Owned Small Business Concern.
n. Include in your response your ability to meet the requirements in the Facility and Safeguarding requirements.

Responses should be submitted electronically to the designated Contract Specialist, Sarah McCarty, at the following e-mail address: sarah.mccarty@navy.mil with the subject line "H-640 Engine Test Set RFI Response."

Phone calls will not be accepted.

All questions must be submitted via e-mail. The Government is not committed or obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI.

DO NOT SEND ANY CLASSIFIED INFORMATION VIA UNCLASSIFIED EMAIL.

Classified information (up to SECRET) shall be in compliance with current DoD directives and procedures (i.e. DOD 5200.22-M, SECNAV M-5510.36, DOD 5200.01).

Sarah McCarty, Phone 732-323-4479, Fax 732-323-2359, Email sarah.mccarty@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP