NAWCADLKE Seeks Intermittance Tester Capabilities

The Department of Defense (DoD) aviation communities require a Joint Intermittence Tester (JIT) to detect intermittent faults in Weapons Replaceable Assemblies (WRA)/Line Replaceable Assemblies (LRU). These faults are sometimes referred to as: No Fault Found (NFF), Can Not Duplicate (CND), No Evidence of Failure (NEOF) and Nothing to Report (NTF). Intermittent faults are now one of the largest aircraft maintenance cost drivers for the DoD – $2 Billion annually *(OSD ODASD (Maintenance)). The Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst is seeking information from industry that will assist in the assessment of new technology for the purpose of detecting intermittent faults in avionics. This information will assist NAWCAD Lakehurst in determining an acquisition strategy for a Joint Intermittence Tester (JIT). This is a RFI only, this is not a solicitation announcement for proposals, there is no solicitation package available and no contract will be awarded as a result of this request.

NAWCAD Lakehurst is seeking information from industry regarding avionic intermittent fault detection technology. Please provide the following information in your response:

1) General description of your avionic intermittent fault detection product / technology.

2) Identification of critical enabling technologies of your avionic intermittent fault detection capability. Include technology readiness level (TRL) of your JIT product / technology and a summary of field usage, test and demonstration results. Describe, if applicable, any additional stimuli that must be applied to the unit under test (e.g. physical manipulation to induce faults, etc.).

3) Overview of your JIT concept of operation (including user operating manual if available). Discuss the operator – JIT interface, JIT – WRA/LRU interface and any related issues. Discuss anticipated and demonstrated benefit versus cost of utilization of your JIT and any demonstrated Return on Investment (ROI).

4) Discuss critical information required for the use of your JIT (e.g. lengths and types of wires, chassis schematics; etc.)

5) Discuss fault detection reliability, including types of detectable faults and minimum fault durations, and fault isolation accuracy.

6) Describe environmental testing test methods and results that your JIT has been subjected to. Discuss environmental conditions in which the JIT is approved to operate (e.g., electromagnetic susceptibility or emissions, operating / storage temperature, humidity, altitude, and shock.) Please provide a detailed description of any explosive atmosphere testing.

7) If applicable, provide customer testimonials with references. Provide your point(s) of contact.

8) Provide information about your company /organization including a brief description of your company /organization; small / large business, 8A, hub-zone, veteran-owned status; and any past or present Small Business Innovative Research (SBIR) awards related to your JIT.

How to Respond: Responses to this RFI should be submitted via email to Keith Welge at keith.welge@navy.mil, no later than 30 days from the date of this posting.
The Government may elect not to discuss submissions received in response to this RFI with individual responders.

There is no requirement to respond to the RFI in order to be eligible to propose on a planned RFP. However, the Government places tremendous value on the information received and may utilize it to finalize its acquisition strategy. If your organization previously responded to RFI N68335-15-RFI-0505, there is no requirement to submit a duplicate informational package.

DISCLAIMER:
The Government does not intend to award a contract on the basis of this RFI. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e) responses to this notice are not offers and cannot be accepted by the Government to form a binding contract/agreement. The Government will not pay for any information received in response to this request, nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government.
Responses to this RFI will not be returned. Respondents will not be notified of the results of the review. NO FORMAL SOLICITATION EXISTS AT THIS TIME.

Contracting Office Address:

Contracts Department
Hwy. 547 Attn:B562-3C
Lakehurst, New Jersey 08733-5083

Place of Performance:

Lakehurst, New Jersey, United States

Primary Point of Contact:
Keith Welge
keith.welge@navy.mil