N68335-24-RFI-0194 – Sources Sought – Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), Combat Integration & Identification Systems (CI&IDS) Power Supply Units (PSU)

May 8, 2024 | Sources Sought

This Sources Sought/ Request for Information (RFI) notice is being posted In Accordance With (IAW) DFARS 206.302-1(d). Naval Air Warfare Center Aircraft Division (NAWCAD) Webster Outlying Field (WOLF), Combat Integration & Identification Systems (CI&IDS) (TW12) has been tasked by the Naval Air Traffic Management Systems Program Office (PMA-213) and Foreign Military Sales-Canada and to provide and maintain the AN/UPX-24(V) Interrogator Sets using Power Supply Units (PSU).

This RFI is issued as part of a procurement strategy for the PSU. This procurement includes a PSU specifically designed for shipboard Identification, Friend or Foe (IFF) system applications, and that meets internally developed signal routing IFF Mode 5 design requirements on the Control Processor (CP-1273) for the AN/UPX-24(V) Interrogator Sets. 

Physical requirements include:

  • Size:                9.9 inches (in). (length) x 11.9 in. (width) x 3.6 in. (height)
  • Weight:           12 pounds maximum
  • Power:             360 Watt (W), 0.85W/ in3
  • Electrical Performance Characteristics
    • Alternating Current (AC) power input. The power supply input shall be as follows:
      • Voltage. 115 Volts Alternating Current (VAC),+20%
      • Frequency. 60 Hz+ 5.5%
      • Power Factor. Greater Than Or Equal To 0.99
      • Inrush Current. No Greater Than 15 Amperes.
    • Outputs. All outputs shall be Versa Module Eurocard (VME) standard compatible, with remote sensing compensating for up to 0.5v.
  • Individual outputs: the five Volts Direct Current (VDC) outputs shall have the following performance characteristics:
    • +3.3 VDC at 1to 30 Amperes (A) Direct Current (ADC),+/- 0.066 volt (V) includes regulation, ripple, and noise below 20 MHz.
    • +5.06 VDC at 3 TO 60 ADC, +/- 0.100 V, 50 millivolts (mV) peak-to-peak, ripple and noise below 10 mhz.
    • +12.10 VDC at 0.01 TO 8.3 ADC, +/- 0.240 V, 50 mV peak-to-peak, ripple, and noise below 10 MHz.
    • -12.10 VDC at 0.01 TO 8.3 ADC, +/- 0.240 V, 50 mV peak-to-peak, ripple, and noise below 10 MHz.
    • +5 VDC +/- 5% at 0.3 ADC (minimum), 100 mV peak-to-peak, ripple, and noise. Minimum load of 0A.
  • Temperature:
    • Storage: -40° TO +70°C
    • Operating: 0° TO +65°C
    • Cooling Method: the PSU shall be air-cooled; operational functionality shall be maintained with a minimum air flow of 54 Cubic Feet per Minute (CFM)
  • Altitude: 50,000 feet

The PSU must be capable of meeting Military Environmental Stress Screening Testing and the following Department of Defense (DOD) and Military Standards (MIL-STD):

  • DOD-STD-1399/301 Rev. A, Department of Defense Interface Standard:  Interface Standard for Shipboard Systems, Ship Motion and Attitude (21 July 1986)
  • MIL-S-901D: Shock Tests. H.I. (High-Impact) Shipboard Machinery, Equipment, and Systems, Requirements For (20 June 2017)
  • MIL-STD-167/1A, Department of Defense Test Method Standard: Mechanical Vibrations of Shipboard Equipment (Type I-Environmental and Type II-Internally (02 NOV 2005)
  • MIL-STD-461F, Department of Defense Interface Standard: Requirements for The Control of Electromagnetic Interference Characteristics of Subsystems and Equipment (10 DEC 2007)
  • MIL-STD-810G, Department of Defense Test Method Standard: Environmental Engineering Considerations and Laboratory Tests (31 OCT 2008)
  • MIL-DTL-5541F, Chemical Conversion Coatings on Aluminum and Aluminum Alloys
  • MIL-STD-130N Chg 1, Identification Marking of US Military Property

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 includes information detailing potential tradeoffs or alternative solutions is encouraged.
  • Respondents shall include product specifications and sketches with submission. Product specification and sketches are not included in the final page count.
  • If applicable, 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. Include a sponsor Point of Contact (POC) for each program, with email address and phone number.
  • 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

The Government is seeking industry input to assist in identifying components that might meet the requirements described above. Please note that the Government will NOT be responsible for any costs incurred by interested parties responding to this RFI. THIS IS A REQUEST FOR INFORMATION ONLY. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. IAW FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.

In response to this RFI, respondents shall submit written responses, not-to-exceed ten pages in length via electronic mail. Respondents should include product specifications with submission and proof of certifications. Product specification, sketches, or listings of authorized distributors do not to count as part of the page count. 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 as a separate document, marked as PRICE DATA.

The Government does not intend to award a contract on the basis of this request or to otherwise pay for the information solicited. All information received in response to this RFI shall be safeguarded adequately from unauthorized disclosure IAW FAR 15.207, Handling Proposals and Information. All information received in response to this 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. Proprietary information will be safeguarded IAW the applicable Government regulations. 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 solicitation that may be issued. Information provided in no way binds the Government to solicit or award a contract. It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

HOW TO RESPOND

Interested parties shall respond within five (5) days after release of this RFI with product information that meets all or a subset of the aforementioned attributes. Please submit your response to this RFI (not to exceed ten (10) pages) via e-mail no later than 14 May 2024 to Truman Harris at [email protected].

This content is provided for members of the U.S. Veteran Business Alliance by Bidspeed

Bidspeed helps small business contractors win government contracts by dynamically combining several thousand publicly available data sources to provide detailed information and intelligence to government contractors, agencies, and advocacy organizations.