Search Contract Opportunities

W58RGZ-20-R-0166- Request For Information (RFI) for Electrical Power Systems in support of the Enduring Fleet (UH-60, CH-47, and AH-64) and Future Vertical Lift (FVL)

ID: W58RGZ-20-R-0166 • Type: Sources Sought
Federal + SLED + Forecasts + Task Orders

Find every eligible opportunity from thousands of sources in one powerful platform

Free Trial Schedule Demo

Description

Posted: March 17, 2020, 2:09 p.m. EDT

Tracking Number:

GEARS-10947334

Contracting Office Address:

Army Contracting Command Redstone (ACC-RSA) Aviation, ATTN: CCAM-PLA, Building 5304, Martin Road, Redstone Arsenal, AL 35898-5280

Notice Type: Request for Information (RFI)

Description

Aviation Electrical Power Systems Request for Information

NOTE: The use of RFI Number W58RGZ-20-R-0166 is for tracking purposes only.

Virtual Industry Day, Scheduled for March 3, 2020, From 9:00AM - 4:00PM CST:

Interested Parties RSVP via:

Eventbrite at https://www.eventbrite.com/e/electrical-power-systems-industry-day-tickets-96696613173

The login Information:

https://meet.lync.com/peopletec365-peopletec/al.morris/4V0G2ZCY

Event description and agenda as follows:

This will be a question and answer session based on the Request for Information attached to the event. This notice is for market research purposes only and IS NOT A REQUEST FOR PROPOSAL (RFP). The Government WILL NOT reimburse respondents for any costs incurred in preparation of a response to this notice and responding to this notice will not form a binding contract. Small businesses are encouraged to respond.

AGENDA:

0900 - 0930 Electrical System Architecture

0945 - 1015 Power & Thermal Management

1030 - 1100 APU/SPU

1115 - 1145 Batteries

BREAK: Lunch

1300 - 1330 Main Generators

1345 - 1415 Starter-Generators

1430 - 1500 Power Electronics (RTRUs, Inverters, Power conditioning units)

1515 - 1600 Free Space

See Attachment 0002 - Virtual Industry Day Questions & Answers , dated 3 March 2020

Synopsis

The U.S. Army Aviation Turbine Engines Project Office (ATE PO), herein after referred to as the U.S. Government (USG), is seeking information, performance capabilities, and technical data on commercially available off-the-shelf items and non-developmental items (COTS/NDI), modified commercial items, and developmental technologies for electrical power systems for use with the Enduring Fleet (UH-60, CH-47, and AH-64) and Future Vertical Lift (FVL).

This RFI, issued in accordance with FAR 15.201(e), is for the purpose of preliminary planning for a potential acquisition of aviation electrical power systems for Project Executive Office (PEO) Aviation platforms. This is not a Request for Proposals (RFP). The USG is requesting information to determine the capabilities of current and future aviation electrical power systems that include aviation grade generators, auxiliary power units (APU), supplementary power units (SPU), power conditioning units, inverters, regulated transformer rectifier units (RTRU), batteries, power management solutions, and thermal management solutions. A response to this notice is not an offer, and no offer can or will be accepted by the USG to form a binding contract.

1.0 Introduction

The USG is interested in obtaining information on current and planned aviation electrical power system technologies, performance capabilities, and costs for material solutions that could support FVL and Enduring Fleet capability needs.

2.0 RFI Intent

The purpose of this RFI is to facilitate market research of aviation electrical power systems and components on the state of technology (e.g. Technology Readiness Level (TRL), Manufacture Readiness Level (MRL), availability and supportability) which could be incorporated into a potential FVL and Enduring Fleet materiel solution, and to evaluate associated cost, schedule and risk to implementation of those electrical power technologies.

The RFI is also being issued to help inform the USG of future aviation electrical power systems that the USG may utilize and the potential electrical power demand of these systems.

The RFI responses should focus on technologies surrounding redundant aviation electrical power systems and how those can be utilized to meet current (~50KVA) and future (~150KVA) energy demands in aviation. The responses can include current and future systems. Responses for the proposed components should include the following, but not limited to: size, weight, energy density, power ratings, thresholds, efficiencies, certification status, MRL, TRL, and any additional features. Additionally include if products are currently fielded systems, cost, schedule, and capabilities.

RFI respondents are not required to provide all-inclusive solutions. The USG seeks RFI responses focused on the respondent's area of expertise. If the respondent does not have a solution for a given focus area, then no proposed solution in that given focus area should be presented to the USG in the RFI response.

3.0 Requirements

The USG aims to further understand how the Army, or other services, could satisfy the capability needs of current and future aircraft electrical power demands. Specifically, the USG is interested in obtaining information on aviation electrical power systems when the technologies are incorporated into PEO Aviation platforms. Responses should provide a general description of the electrical power system and specific electrical power sub-system technologies that may be integrated onto/into PEO Aviation platforms.

The USG is seeking information on industries desire to demonstrate component capabilities in the lab and on aircraft. Include in the RFI response the ability to conduct a demonstration.

The USG is also seeking information on active contract vehicles to which the vendor has access or knowledge.

The information provided by industry will be used to assess the current state of technology and determine whether the technology can satisfy the capability needs, and reasonably support an affordable, achievable, moderate risk acquisition program. The requested information is for internal planning purposes only and will not be publicly released outside the USG RFI Assessment Group.

The USG intends to engage industry on their RFI submittals via ATE Industry Day(s) and/or other engagements as determined by the USG. The intent of these engagements is to give industry opportunities to clarify discrepancies in RFI and RFI requirements. Respondents are not required to participate in these discussions. In the event that a foreign company or foreign national wishes to attend an Industry day, authorization will be granted on a case by case basis.

Submission of a response to this RFI is not required to submit a proposal in response to any RFP, Request for Project Proposal (RPP), or Broad Agency Announcement (BAA) which may be released in the future or to be awarded any contract pursuant to same.

3.1 Auxiliary Power Unit (APU)/Supplemental Power Unit (SPU)

The USG is seeking an airworthy APU/SPU that adheres to the following specs:

3.1.1 The APU/SPU should weigh 120lbs or less and fit in an envelope of 30 x20 x20 or smaller.

3.1.2 The APU/SPU shall produce shaft horsepower of 100HP minimum at sea level.

3.1.3 The APU/SPU shall be capable of starting the main engines of the platform it is employed upon.

3.1.3.2 A pneumatic starter is used to start the T700/T901 engine. The APU/SPU shall be capable of providing a minimum of 59 lbs/min bleed air or compressed air to start both main engines and provide environment control. The bleed air or compressor system will also need to be actuated off or disengaged.

3.1.4 The APU/SPU shall have the capability of mounting a generator as described in sections 3.4.1 and 3.4.2 and a hydraulic pump to run the utility hydraulics of the rotorcrafts.

3.1.5 The APU/SPU shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.1.6 Describe the APU start procedure/requirements.

3.1.7 If a turbine APU/SPU is used, the APU/SPU shall have rotor containment and include the rotor containment in the weight and size spec.

3.1.8 Describe the Specific Fuel Consumption (SFC) of the APU/SPU at sea level and at 6000 ft/95 F.

3.1.9 Describe reliability estimates.

3.1.10 Describe MRL and TRL.

3.1.11 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.1.12 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.1.13 Describe the hardware and software interfaces that can be built to Modular Open Systems Architecture (MOSA) standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.1.14 Describe the Army airworthiness and/or Federal Aviation Administration

(FAA) type certification of the APU/SPU.

3.2 Battery

The USG is seeking a 28VDC and 270VDC battery solution that adheres to the following spec:

3.2.1 28VDC Battery

3.2.1.1 Describe the battery's Size, Weight, and Power (SWAP) characteristics and the chemistry of the battery.

3.2.1.2 The battery shall have an amp-hour (Ahr) rating of 13Ahr at a minimum to 40Ahr at the maximum.

3.2.1.3 The battery shall have a max discharge current of 100Amps.

3.2.1.4 The battery shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.2.1.5 Describe the battery interfaces; power terminal, vent port, data interface, etc.

3.2.1.6 The battery shall have thermal runaway prevention capabilities.

3.2.1.7 If an outgassing event occurs the battery shall not release toxic fumes.

3.2.1.7.1 Describe the thermal behavior of the battery in an outgassing event.

3.2.1.8 In the event of a 7.62x39mm Full Metal Jacket (FMJ) Ball or Armor Piercing Incendiary (API) penetration, the battery shall not cause a thermal runaway event or produce fire.

3.2.1.9 Describe MRL and TRL.

3.2.1.10 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.2.1.11 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.2.1.12 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.2.2 270VDC Battery

3.2.2.1 Describe the battery's SWAP characteristics and chemistry of the battery.

3.2.2.2The battery shall have an amp-hour rating of 5Ahr at a minimum to 20Ahr at the maximum.

3.2.2.3 The battery shall have a max discharge current of 60Amps.

3.2.2.4 The battery shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.2.2.5 Describe the battery interfaces; power terminal, vent port, data interface, etc.

3.2.2.6 The battery shall have thermal runaway prevention capabilities.

3.2.2.7 If an outgassing event occurs, the battery shall not release toxic fumes.

3.2.2.7.1 Describe the thermal behavior of the battery in an outgassing event.

3.2.2.8 In the event of a 7.62x39mm Full Metal Jacket (FMJ) Ball or Armor Piercing Incendiary (API) penetration, the battery shall not cause a thermal runaway event or produce fire.

3.2.2.9 Describe MRL and TRL.

3.2.2.10 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.2.2.11 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.2.2.12 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.3 Power Conditioning Unit

The USG is seeking a 28VDC and 115VAC power conditioning unit to regulate bus power with the following specs:

3.3.1 28VDC power conditioning unit

3.3.1.1 The power conditioning unit shall be able to regulate a 400Amp 28VDC bus.

3.3.1.2 Describe the SWAP and efficiency characteristics of the power conditioning unit.

3.3.1.3 The power conditioning unit shall limit inrush current.

3.3.1.4 The power conditioning unit shall limit short circuit current.

3.3.1.5 The power conditioning unit shall have an automatic bus disconnect when the bus is de-energized.

3.3.1.6 The power conditioning unit shall clamp high voltage transients on the bus.

3.3.1.7 The power conditioning unit shall be capable of supplying power for a period of time.

3.3.1.8 The power conditioning unit shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.3.1.9 Describe reliability estimates.

3.3.1.10 Describe MRL and TRL.

3.3.1.11 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.3.1.12 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.3.1.13 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.3.2 115VAC 3 power conditioning unit

3.3.2.1 The power conditioning unit shall be able to regulate 115VAC 3 bus.

3.3.2.2 Describe the SWAP and efficiency characteristics of the power conditioning unit.

3.3.2.3 The power conditioning unit shall limit inrush current.

3.3.2.4 The power conditioning unit shall limit short circuit current.

3.3.2.5 The power conditioning unit shall have an automatic bus disconnect when the bus is de-energized.

3.3.2.6 The power conditioning unit shall clamp high voltage transients on the bus.

3.3.2.7 The power conditioning unit shall be capable of supplying power for a period of time.

3.3.2.8 The power conditioning unit shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.3.2.9 Describe reliability estimates.

3.3.2.10 Describe MRL and TRL.

3.3.2.11 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.3.2.12 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.3.2.13 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.4 Electric Generator

The USG is seeking an 115VAC 3 generator, 270VDC generator, and 270VDC starter/generator that adheres to the following specs:

3.4.1 115VAC 3 Generator

3.4.1.1 The AC generator should weigh 30lbs or less and fit in an envelope of 10 length with a 7 diameter or smaller.

3.4.1.2 The AC generator shall have a power rating between 50KVA and 90KVA.

3.4.1.3 The AC generator should have an oil cooling system. The oil pump shall not be included in the generator.

3.4.1.3.1 If a federated oil cooling system can be provided, describe that solution.

3.4.1.4 Describe the interfaces on the generator.

3.4.1.5 Describe the generator control unit and its interfaces.

3.4.1.6 The AC generator shall accept a mechanical feed between 11,400RPM and 12,600RPM.

3.4.1.7 Describe the efficiency of the AC generator.

3.4.1.8 If a permanent magnet generator is used, describe the safety methods utilized to prevent demagnetization.

3.4.1.9 The generator shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.4.1.10 Describe reliability estimates.

3.4.1.11 Describe MRL and TRL.

3.4.1.12 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.4.1.13 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.4.1.14 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.4.2 270VDC Generator

3.4.2.1 The DC generator should weigh 30lbs or less and fit in an envelope of 10 length with a 7 diameter or smaller.

3.4.2.2 The DC generator shall have a power rating between 50KW and 90KW.

3.4.2.3 The DC generator shall have an oil cooling system. The oil pump shall not be included in the generator.

3.4.2.3.1 If a federated oil cooling system can be provided, describe that solution

in the RFI response.

3.4.2.4 Describe the interfaces on the generator.

3.4.2.5 Describe the generator control unit and its interfaces.

3.4.2.6 The DC generator shall accept a mechanical feed between 11,400RPM and 12,600RPM.

3.4.2.7 Describe the efficiency of the DC generator.

3.4.2.8 If a permanent magnet generator is used, describe the safety methods utilized to prevent demagnetization.

3.4.2.9 The generator shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.4.2.10 Describe reliability estimates.

3.4.2.11 Describe MRL and TRL.

3.4.2.12 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.4.2.13 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.4.2.14 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.4.3 270VDC Starter/Generator

3.4.3.1 The starter/generator should weigh 30lbs or less and fit in an envelope of 8 length with a 5 diameter or smaller.

3.4.3.2 Describe the efficiency characteristics of the starter/generator.

3.4.3.3 The USG is seeking a starter/generator that can be mounted to the T700/T901 engine's accessory gear box and start the T700/T901 engine.

3.4.3.4 Describe the input electrical power vs output power of the mechanical interface of the starter/generator when the starter/generator is in starter mode.

3.4.3.5 Describe the input mechanical power vs output power of the electrical interface of the starter/generator when the starter/generator is in generator mode.

3.4.3.6 Describe the starting requirements of the starter/generator when turning the starter/generator on.

3.4.3.7 Describe the cooling requirements of the starter/generator.

3.4.3.8 Describe the interfaces on the starter/generator.

3.4.3.9 Describe the generator control unit and its interfaces.

3.4.3.10 If a permanent magnet generator is used, describe the safety methods utilized to prevent demagnetization.

3.4.3.11 The starter/generator shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.4.3.12 Describe reliability estimates.

3.4.3.13 Describe MRL and TRL.

3.4.3.14 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.4.3.15 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.4.3.16 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.5 Inverter

The USG is seeking an electrical inverter that adheres to the following specs:

3.5.1 The inverter shall be a 270VDC to 115VAC 3 inverter.

3.5.2 The USG is looking for a variety of inverters. The output power ranges being looked at are but not limited to: 10KVA, 40KVA, and 60KVA.

3.5.3 The inverter shall have a discharge rating of 225% of its power rating.

3.5.4 Describe the size, weight, and efficiency of the inverter.

3.5.5 Describe the interface requirements for the inverter.

3.5.6 The inverter shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.5.7 Describe reliability estimates.

3.5.8 Describe MRL and TRL.

3.5.9 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.5.10 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.5.11 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.6 Regulated Transformer Rectifier Unit (RTRU)

The USG is seeking an 115VAC 3 to 28VDC and 115VAC 3 to 270VDC regulated transformer rectifier unit that adheres to the following specs:

3.6.1 115VAC 3 to 28VDC regulated transformer rectifier unit

3.6.1.1 The RTRU should weigh roughly 20lbs or less and fit in an envelope of roughly 13 x12 x7 or smaller.

3.6.1.2 The RTRU shall be rated for 5KW to 20KW.

3.6.1.3 Describe the efficiency of the RTRU.

3.6.1.4 Describe the interfaces of the RTRU.

3.6.1.5 Describe the 28VDC output under normal and transient loads.

3.6.1.6 The RTRU shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.6.1.7 Describe reliability estimates.

3.6.1.8 Describe MRL and TRL.

3.6.1.9 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.6.1.10 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.6.1.11 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.6.2 115VAC 3 to 270VDC regulated transformer rectifier unit

3.6.2.1 Describe the SWAP of the RTRU.

3.6.2.2 The RTRU shall be rated for 5KW to 40KW.

3.6.2.3 Describe the efficiency of the RTRU.

3.6.2.4 Describe the interfaces of the RTRU.

3.6.2.5 Describe the 270VDC output under normal and transient loads.

3.6.2.6 The RTRU shall be MIL-STD-810H, MIL-STD-461G, and MIL-STD-704F certification tested or have a path to becoming certified.

3.6.2.7 Describe reliability estimates.

3.6.2.8 Describe MRL and TRL.

3.6.2.9 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.6.2.10 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.6.2.11 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.7 Power Management Solution

The USG is seeking power management solutions for Army rotorcraft platforms. At this time there are no clearly defined requirements. The USG acknowledges that the power management solution will be a system of systems integrated onto the platforms. All responses to this section should focus on what component can be provided to the USG and how this component can fit into the system as a whole. Describe the architecture and SWAP associated with the proposal. These are focus areas the USG is looking to use in power management solutions:

3.7.1 Automatic load shedding of systems that are not being utilized.

3.7.2 Intelligent load sharing between main transmission generators and the generator on the APU.

3.7.3 Intelligent power surge capability with use of a battery.

3.7.4 Automated starting procedure for devices that have a multi-step process such as generators and APU/SPU.

3.7.5 Intelligent energy storage systems that reduce wasted energy.

In addition to information on these focus areas the USG is seeking information on cost and schedule for these systems or systems of systems. Please provide the following information:

3.7.6 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.7.7 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.7.8 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.8 Thermal Management Solution

The USG is seeking thermal management solutions for Army rotorcraft platforms. At this time, there are no clearly defined requirements. The USG acknowledges that the thermal management solution will be a system of systems integrated onto the platforms. All responses to this section should focus on what component can be provided to the USG and how this component can fit into the system as a whole. These are focus areas the USG are looking to use thermal management solutions:

3.8.1 Cooling for directed energy weaponry.

3.8.2 Cooling for main transmission bay.

3.8.3 Cooling for hydraulic equipment.

3.8.4 Cooling for cockpit equipment.

3.8.5 Cooling for electrical generators.

3.8.6 Environmental Control System (ECS) cooling systems.

In addition to information on these focus areas, the USG is seeking information on cost and schedule for these systems or systems of systems. Please provide the following information:

3.8.7 Describe all costs to include: Non-recurring engineering (NRE), production unit costs assuming 2000 and 5000 unit procurement.

3.8.8 Provide an anticipated schedule to include a complete timeline for: development, production, integration, and fielding.

3.8.9 Describe the hardware and software interfaces that can be built to MOSA standards. Describe what interface specifications need to be driven by the USG. Describe what interfaces currently adhere to MOSA standards and make recommendations to the USG on what additional interfaces must adhere to MOSA standards so that the USG may realize the benefits of MOSA designed systems.

3.9 Aircraft Electrical Architecture

Currently, the USG utilizes an electrical architecture that looks similar to that shown in Attachment 0001, Figure 1.

See Attachment 0001, Figure 1 Current System

This topology is heavily dominated by AC loads. The USG is looking for a path to migrate towards an optimized power and thermally managed DC centric aircraft. The USG is looking to migrate the electrical architectures to a topology similar to one of the designs shown in Attachment 0001, Figures 2 4.

Power Management System

See Attachment 0001, Figure 2 270VDC bus capability with power conditioning unit

Power Management System

See Attachment 0001, Figure 3 270VDC starter/generators

Power Management System

See Attachment 0001 Figure 4 All 270VDC generator

These designs are not final. The USG is seeking information on how to implement a design similar to the ones presented and also information on other designs that may be employed to facilitate current and future electrical system demands.

  1. Respondent Responsibilities

Respondents are advised that the USG will not pay for any information, discussions or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely the responsibility of the respondent.

Respondents are requested to address, to the maximum extent possible, all information requested in Section 3.

  1. Future Acquisition Plans

There is no guarantee that the information which is being sought in this RFI will advance to an acquisition phase based upon the results of the information provided by industry. Contractors will not be notified of the outcome of the information received.

This RFI is not a request for proposal, request for quotation, or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposals nor any other kinds of offers will be considered in response to this request or accepted by the Government to form a binding contract.

  1. RFI Respondent Instructions

If any aspect of this RFI falls within the scope of an existing contract vehicle with the government, then provide the contract number. Existing contract information is only for the purpose of market research and does not express or imply future contract potential. Respondents are requested to address their responses in accordance with the information provided in Section 3.

All final responses must be received to the address below no later than 37 calendar days after posting of the RFI to betasam.gov.

All information submitted by RFI respondents will be handled as procurement sensitive information subject to the protections, restrictions, and requirements set forth in FAR 3.104. Further, all information submitted by respondents and all review material developed by the USG and their support contractors will be marked and protected as procurement sensitive data.

Proprietary information should be clearly marked. No classified information will be included in your response. Please be advised all information submitted in response to the RFI becomes the property of the USG and will not be returned.

The USG requires two (2) hardcopy responses and two (2) electronic copies via compact disc of the RFI response. There is no page limit for RFI responses. Please provide your firm/company's name and address, point of contact with telephone number, and e-mail address. In addition, the information can be provided via the DoD Secure Access File Exchange (SAFE) site. Submit DoD Safe files to the Contracting Specialist, Rometa Hogan at rometa.hogan.civ@mail.mil and the Contracting Officer, Benetta A. Halbert at benetta.a.halbert.civ@mail.mil

Any questions on this RFI must be directed to the Contracting Officer, Benetta A. Halbert at benetta.a.halbert.civ@mail.mil, no later than 20 business days after the RFI announcement. No questions will be accepted telephonically nor will any responses to questions be provided telephonically.

The mailing address for questions and responses to the RFI is:

Army Contracting Command - Redstone

Attention: CCAM-PLA, Benetta A. Halbert, Contracting Officer

Room 4228, Building 5304 Martin Road,

Redstone Arsenal, AL 35898-5280

Hand delivery of the requested RFI responses is acceptable. If hand delivered, delivery must be made by the response date/time to the address below and a call must be placed to the contracting officer at (256) 876-3912 at least 72 hours prior to the delivery date to schedule the delivery:

US Army Contracting Command Redstone

Attention: CCAM-PLA, Benetta A. Halbert, Contracting Officer

Sparkman Office Complex

5300 Martin Road, 1st Floor

Redstone Arsenal, AL 35898

Phone: (256) 876-3912

Posted: March 10, 2020, 4:01 p.m. EDT
Posted: March 4, 2020, 1:44 p.m. EST
Posted: Feb. 28, 2020, 4:03 p.m. EST
Posted: Feb. 28, 2020, 11:00 a.m. EST
Posted: Feb. 18, 2020, 1:35 p.m. EST

Overview

Response Deadline
March 26, 2020, 5:30 p.m. EDT (original: March 19, 2020, 5:30 p.m. EDT) Past Due
Posted
Feb. 18, 2020, 1:35 p.m. EST (updated: March 17, 2020, 2:09 p.m. EDT)
Set Aside
None
Place of Performance
United States
Source
SAM

Current SBA Size Standard
1000 Employees
Pricing
Multiple Types Common
Est. Level of Competition
Average
Odds of Award
39%
On 2/18/20 ACC Redstone issued Sources Sought W58RGZ-20-R-0166 for W58RGZ-20-R-0166- Request For Information (RFI) for Electrical Power Systems in support of the Enduring Fleet (UH-60, CH-47, and AH-64) and Future Vertical Lift (FVL) due 3/26/20. The opportunity was issued full & open with NAICS 541715 and PSC AC12.
Primary Contact
Name
Rometa Hogan   Profile
Phone
(256) 876-3971

Secondary Contact

Name
Benetta A. Halbert   Profile
Phone
(256) 876-3912

Documents

Posted documents for Sources Sought W58RGZ-20-R-0166

Incumbent or Similar Awards

Potential Bidders and Partners

Awardees that have won contracts similar to Sources Sought W58RGZ-20-R-0166

Similar Active Opportunities

Open contract opportunities similar to Sources Sought W58RGZ-20-R-0166

Additional Details

Source Agency Hierarchy
DEPT OF DEFENSE > DEPT OF THE ARMY > AMC > ACC > ACC-CTRS > ACC RSA
FPDS Organization Code
2100-W58RGZ
Source Organization Code
500045573
Last Updated
April 10, 2020
Last Updated By
PI33_DR_IAE_51681
Archive Date
April 10, 2020