Maryland Bids > Bid Detail

Survival Egress Air Refilling Stations

Agency: DEPT OF DEFENSE
Level of Government: Federal
Category:
  • 16 - Aircraft Components and Accessories
Opps ID: NBD00159311038359316
Posted Date: Apr 4, 2023
Due Date: Apr 25, 2023
Solicitation No: N00421-23-SEABottles
Source: https://sam.gov/opp/3760b2e952...
Follow
Survival Egress Air Refilling Stations
Active
Contract Opportunity
Notice ID
N00421-23-SEABottles
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR NAWC AD
Office
NAVAL AIR WARFARE CENTER AIR DIV
Looking for contract opportunity help?

Procurement Technical Assistance Centers (PTACs) are an official government contracting resource for small businesses. Find your local PTAC (opens in new window) for free government expertise related to contract opportunities.

General Information
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 04, 2023 10:09 am EDT
  • Original Date Offers Due: Apr 25, 2023 05:00 pm EDT
  • Inactive Policy: 15 days after date offers due
  • Original Inactive Date: May 10, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Patuxent River , MD 20670
    USA
Description

Survival Egress Air Refilling Stations




  1. Summary



To promote early exchanges of information with industry in accordance with FAR Subpart 15.2 Naval Air Systems Command, Aircrew Systems (NAVAIR-A23200) at Patuxent River, Maryland is conducting market research by issuing this Request for Information (RFI). NAVAIR is requesting information to identify sources to provide commercially available, non-developmental Survival Egress Air (SEA) bottle refilling station(s). The USN currently



uses both the Aqualung MK-1.5 LV2 and the MK-2 LV2 cylinders, which are 3000 psi cylinders. The MK-1.5 has 1.5 cubic foot capacity and the MK-2 has two cubic feet capacity.



SEA Refilling Station(s) submitted in response to this RFI will aid the Government in seeking information on products that best meet the following:




  1. The refill system shall require no more than two persons for lift and transport to remote locations and should not exceed 18” x 11” x 30”. Wheeled case for transport is preferable.

  2. The refill system must be 5500 PSI capable and be able to fill 40 MK-2 LV2 SEA cylinders from 0 PSI to 3,000 PSI from a single charge. A means shall be provided to monitor the pressure in the supply cylinders, verify the preset regulated pressure, and control the filling of one or two SEA cylinders.

  3. Refill System shall be able to integrate with compressor, breathing air, high pressure, (cage) PN /NIIN (57328) v3w / 01-400-3629 (Bauer JRII).

  4. The refill system shall not require electricity to function.

  5. Refill system may have one or multiple high pressure air cylinders capable of storing breathing air.

  6. Refill system must interface with filling port of Aqualung MK-1.5 LV2 and MK-2 LV2 SEA units.

  7. Refill system shall be water, shock, vibration and temperature resistant in accordance with MIL-STD-810.

  8. ID and marking information is needed for asset tracking.

  9. Refill system shall require minimal maintenance. Rebuild schedule should be no less than 5 years.

  10. The refill system should be able to withstand operation in a military environment.








  1. System Overview/Background



The purpose of this request is to determine commercial product availability with potential to meet requirements at organizational & intermediate maintenance levels to recharge breathable air Survival Egress Air (SEA) cylinders.






  1. Content of RFI Response



Interested parties are invited to describe their capabilities and provide a sample of their product as outlined in Section 4.0. To consider the appropriateness of each candidate solution, data documenting the status, technology maturity, design, performance characteristics, and associated costs are requested. Respondents shall describe the proposed solution, the current state of technical maturity for the system, and address the ability of the system to meet the characteristics listed in paragraph 1.0. A full description of existing relevant products, with supporting documentation (including test reports or operational assessment reports that document system performance in an aviation or shipboard environment) would be beneficial.





4.0 General





In response to this RFI, please provide specification sheets showing compliance with the requirements listed in Section 1.0. RFI responses are limited to 20 pages. The product sample as well as product information will be submitted at NO expense to the Government. The sample product will be returned after all evaluation and analysis has been completed. Proprietary data MUST be marked on a page-by-page basis and will be kept confidential and protected in accordance with the Uniform Trades Secret Act. Interested parties should state whether their product is available commercially, and whether it is made domestically. Interested parties should also include information for any textiles in the system (must be Berry Amendment compliant) by including a list of the origin and place of manufacturing operations of all textile components. It is also requested that pricing be included with the submitted product and information and is discussed in further detail in Section 5.0. Follow-up questions may be necessary of respondents and their proposed solutions for clarification and/or additional information necessary for evaluation and assessment.





The North American Industry Classification System (NAICS) code for this acquisition is 336413– SEA Refill Station.



339920- Scuba Diving Equipment Manufacturing



333912- Air and Gas Compressor Manufacturer






  1. Pricing and Production: It is also requested that pricing and production details be included with the submitted product and information.



Cost will be a consideration in determining COTS items approved for use. There is no current plan to add this item to the federal supply system.






    1. What is the anticipated unit price for each product/system? Please list any order quantity price breaks.

    2. If the product/system is not currently in production, what is the anticipated unit price for production representative qualification units?

    3. If the product/system is currently in production, what is the production rate? (e.g. 50 units per month)








  1. Response Submittal Instructions



Interested parties should address all inquiries related to this RFI to the Government POC listed in paragraph 6.0 in this RFI. Responses to this notice are requested no later than 12:00 EDT 04/25/2023 (21 days after RFI release)





All responses submitted must specify on the cover page of the response, or in the transmittal letter submitted with the response, the business size/status of the organization (i.e., large business, small business, HUB zone, women-owned, etc.) to the POCs listed below. Small businesses which possess the required capability are encouraged to submit responses to this notice. Additionally, submissions shall include the CAGE code of the respondent, as well as a point of contact which may be utilized for any necessary clarification, or to obtain additional information that may be required for evaluation of the response.



Additionally, responses shall be provided via email (if possible, based upon the size of the transmittal) in a format compatible with Microsoft Office 2010 to the POC(s) listed in above. If the file size is too large for email, please address RFI responses and submissions of all samples to:



PMA-202 Aircrew Systems



48110 Shaw Rd Ste 1280



Patuxent River MD. 20670



Building 2187



Attn: Kyle Wood





Interested companies shall send contractual questions and submission of Samples to the Contract Specialist at the following email address: Dale.Coon@navy.mil. Please address all technical questions to Kyle Wood at the following email: kyle.g.wood.civ@us.navy.mil. All submissions should reference the synopsis number on the mailing container and all enclosed documents. The deadline for responses is 04/25/2023, which is 21 days after RFI release. All Companies should indicate whether they are a small, small disadvantaged, 8(a), or large business. Respondents must clarify if their firm can provide commercial or non-developmental items that could be modified, or the technology and expertise for development, to meet the Government’s needs.





The Government does not anticipate that a comprehensive response to this RFI will contain CLASSIFIED information. To the extent practical, responses should be UNCLASSIFIED. If a CLASSIFIED response is required, respondents shall contact the POC for further instructions.





Following a review of the responses received, NAVAIR may elect to schedule a one-on-one meeting with some respondents or ask follow-up questions to gain additional data about the information provided.





NOTE: Responses to the RFI will be reviewed by a Government/Contractor team of Subject Matter Experts (SME) currently providing support to the Aircrew Systems Program Office (PMA-202). A non-disclosure agreement (NDA) can be executed between Government and authorized subcontractors. Vendors shall provide their acknowledgement and approval to have authorized subcontractors review the responses without execution of an NDA between the authorized subcontractors and respondent. Alternatively, should an organization require an additional agreement with any subcontractors, please forward such requests to the Government POC listed in Section 6.0 in this RFI. All information received in response to this notice that is marked “Proprietary” will be handled accordingly.





This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposal (RFP), a Request for Quote (RFQ), or an indication that the Government will contract for any of the items and/or services contained in this notice. Responses to this RFI will not be returned. The Government is only seeking possible sources and current capabilities for informational purposes. No solicitation document exists. No reimbursement will be made for any costs incurred to provide information in response to this announcement, or any follow up information requests.





This announcement is NOT A REQUEST FOR PROPOSAL nor does the Government intend to pay for any information submitted in response to this synopsis. This synopsis does not commit the Government to award a contract. This synopsis is for market research only and any procurement resulting from this announcement will be synopsized separately.




Attachments/Links
Contact Information
Contracting Office Address
  • BUILDING 439 SUITE F 47110 LILJENCRANTZ ROAD UNIT 7
  • PATUXENT RIVER , MD 20670-1545
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 04, 2023 10:09 am EDTCombined Synopsis/Solicitation (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >