Description
1.0 INTRODUCTION The Naval Air Systems Command (NAVAIR), in support of PMA-299 MH-60 Multi-Mission Helicopter Program Office, is seeking information regarding the current capability to provide evaluation, identification, and proposed engineering solution for the Winch Controller Assembly (WCA part number 38010-2; NIIN 016444306) Bumper Bean Isolator (part number PRV-0891-23) within the Airborne Mine Countermeasure (AMCM) Carriage, Stream, Tow and Recovery System (CSTRS) Weapons Replaceable Assembly (WRA). The proposed solution should include development of preliminary redline drawing markups, and a non-indentured Bill of Material (BOM) of the bumper bean isolator. Additionally, the Contractor will deliver an engineering obsolescence report summarizing all obsolescence issues currently residing in the CSTRS. 2.0 DISCLAIMER THIS SOURCES SOUGHT 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. RESPONSES TO THIS SOURCES SOUGHT WILL NOT BE RETURNED. RESPONDENTS WILL NOT BE NOTIFIED OF THE RESULTS OF THE REVIEW. 3.0 BACKGROUND The Bumper Bean Isolator is part of the Winch Controller Assembly and is obsolete, requiring analysis of alternatives. The incumbent is Enterprise Ventures Corporation (EVC). 4.0 ELIGIBILITY The applicable NAICS code for this requirement is 334511 with a Small Business Size Standard of 1,350 employees. The applicable product service code is 5845, Underwater Sound Equipment. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size. 5.0 ANTICIPATED PERIOD OF PERFORMANCE The estimated period of performance is 6 months. Assume the earliest contract award date of 30 May 2026. 6.0 PLACES OF PERFORMANCE 90% Contractor location, 5% Cherry Point, NC, 5% Patuxent River, MD 7.0 REQUIRED CAPABILITIES Design solutions shall comply with the requirements of the MH-60S Airborne Mine Countermeasures (AMCM) System Specification, document number 233A172 Rev J, dated 16 February 2015 or it's superseding Government approved revision, whichever is available at potential contract award. This shall include all aspects of the design, qualification and testing of the solutions. Design solutions shall be backward compatible at the WRA/SRA level to the AMCM CSTRS WCA. Design solutions shall adhere to the latest US Department of Defense cybersecurity requirements. Provision of life cycle estimates for new components within the WCA. 8.0 SUBMISSION INFORMATION It is requested that interested businesses submit to the contracting office a brief capabilities statement package (n…
Classification
Place of Performance
Contracting Office
Contacts