Skip to main content

An official website of the United States government

You have 2 new alerts

Mast Protector

Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information

  • Contract Opportunity Type: Sources Sought (Updated)
  • Updated Published Date: Jan 11, 2024 11:15 am EST
  • Original Published Date: Jan 11, 2024 10:57 am EST
  • Updated Response Date: Feb 09, 2024 03:00 pm EST
  • Original Response Date: Feb 09, 2024 03:00 pm EST
  • Inactive Policy: 15 days after response date
  • Updated Inactive Date: Feb 24, 2024
  • Original Inactive Date: Feb 24, 2024
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 9330 - PLASTICS FABRICATED MATERIALS
  • NAICS Code:
    • 325211 - Plastics Material and Resin Manufacturing
  • Place of Performance:

Description

REQUEST FOR INFORMATION

Mast Protector

(Closes 09-FEB-2024)

This is a Request for Information. This notice is issued to help determine the availability of qualified companies technically capable of meeting the Government requirement and to determine the method of acquisition. It is not to be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. No award will be made as a result of this notice. The Government reserves the right to use information provided by respondents for any purpose deemed necessary and legally appropriate. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted. The Government will NOT be responsible for any costs incurred by the respondents to this notice. The notice is strictly for research and information purposes only.

The information requested will assist the Government in determining the appropriate acquisition method, and to determine the availability of qualified companies technically capable of meeting the Government's requirement. All organizations with the capability and availability to perform the requirement under the applicable NAICS code are invited to submit a response to this notice.

BACKGROUND/PURPOSE/TECHNICAL REQUIREMENTS

Naval Air Systems Command (NAVAIR), Naval Air Warfare Center, Aircraft Division (NAWCAD) V-22 Support Equipment is soliciting information and comments from industry on its ability to provide a Mast Protector for use on CMV-22, MV-22 and CV-22 variants of the V-22 aircraft. 

The Mast Protector is a cylindrical sleeve of Delrin, with internal and external 5.000-16 UNJ-2A/B threads.  The internal threads engage the mast threads and the external threads engage the existing Mast Thread Protector, (P/N 901-244-080-101 – SERD 0907).  The Mast Protector covers the portion of the mast between the mast threads and the splines.  For maintenance on land, the Mast Protector is used in conjunction with the Mast Thread Protector when removing the Hub Assembly with the Hub and Blade Lifting Sling.

For maintenance aboard ship, the Mast Protector is used in conjunction with the Hub and Blade Removal Tool (P/N 4026AS620-1 – SERD 3904) and Mast Thread Protector during removal of the Hub and Blade Assembly in folded horizontal position (see Figure 3).  The Mast Protector is installed onto the Mast, the Hub and Blade Removal Tool is attached to the Hub Assembly and the Hub and Blade Assembly is pulled until it breaks free from the Mast Splines.  The Hub and Blade Removal Tool is removed.  The Mast Thread Protector is installed onto the Mast Protector and the Hub and Blade Assembly is removed with the crane while guided manually.

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:

  1. General description of your Mast Protector
  2. Identification of critical requirements for the Mast Protector.
  3. Overview of your Mast Protector concept of operation
  4. Discuss critical information required for the use of your Mast Protector.
  5. Describe environmental testing test methods
  6. Provide a Rough Order of Magnitude (ROM) estimate for planning purposes of up to 160 units.  Stepladder prices may be included not to exceed 160 units, if applicable.
  7. Provide an estimated timeline for production and delivery for 160 units.
  8. Drawings (Drawing # 4026AS629 Rev A) may be provided as requested upon submittal of DD2345 to provide with intent to respond.  When submitting RFI, confirm the drawing #/Rev used or state if no drawings were referenced.

HOW TO RESPOND

Interested parties are requested to respond to this RFI with a PDF Document Format.  Responses shall be limited to 20 pages and submitted via e-mail to theresa.a.mason15.civ@us.navy.mil.  Proprietary information, if any, should be minimized and must be clearly marked.  Responses are due to Theresa Mason no later than 30 days from the date of this posting.

                                                                                                                           

Responses to this RFI will not be returned.  Respondents will not be notified of the result of the review.  If a solicitation is released, it will be synopsized on the SAM.gov website:  https://sam.gov/content/opportunities.  It is the potential vendor’s responsibility to monitor this site for the release of any follow-on information.

Contact Information

Contracting Office Address

  • LKE. JB MDL BLDG 271 HIGHWAY 547
  • JOINT BASE MDL , NJ 08733
  • USA

Primary Point of Contact

Secondary Point of Contact





History