To promote early exchanges of information with Industry in accordance with FAR Subpart 15.2, Naval Air Systems Command, Aircrew Systems (NAVAIR PMA202) of Patuxent River, Maryland is issuing this Request for Information (RFI). NAVAIR is requesting information to identify qualified sources to provide commercially available survival items for Navy and Marine Corps aircrew flying in F/A-18 and EA-18 aircraft. The requirements for these items are provided below. Interested parties are invited to describe their capabilities to provide the product as described herein. The Commercial-Off-The-Shelf (COTS) items submitted in response to this RFI will be evaluated for the capability to meet the desired performance requirements listed below and the table listing key system attributes.
A twofold focus exists for this effort. First, identify a water source that will extend survival in a maritime environment (single person life raft) with a threshold of 7 days and an objective of 14 days. For each 24-hour period, a minimum of 64 ounces of water should be produced and able to be stored within the confines of a single person life raft. The form factor has a threshold of being able to be packed in the SKU-10 survival seat kit in a space 6 inches by 14 by 4 inches (336 square inches overall). It cannot exceed 2 pounds. It must have a shelf life of no less than two (2) years. Additionally, energy sources will be Key System Attributes and can be accommodated by the aircrew in pockets on their flight gear. Total weight cannot exceed five (5) pounds. Pocket size is defined as 6.5 inches in width by 8 inches in length and 1 inch depth. Any pockets must securely close with a zipper or similar closure system to prevent items from falling out and creating foreign object damage to the aircraft. Resistance to saltwater intrusion is a required characteristic.
The Navy plans to approve COTS items that meet user requirements for local procurement by squadrons as required for mission needs. Cost will be a consideration in determining COTS items approved for use. A cost benefit discussion regarding adding these item(s) to the federal supply system will occur. Multiple items could be approved if found to be acceptable.
Interested parties are invited to describe their capabilities as well as provide samples as described herein. In response to this RFI, please provide specification sheets showing the “designed to” standards. Please limit your RFI responses 5 pages. The product sample as well as product information shall be submitted at no expense to the Government. The samples and corresponding information will not be returned. It is also requested that pricing be included with the submitted product and information. 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.
Key System Attributes, Thresholds, and Test Methods
Key System Attribute 1: Water production should be through a process of osmosis. With a focus on energy exerted and perspiration by the aircrew, forward osmosis is a preferred solution. A hydration gel could be evaluated but must fit the form factor. All proposed solutions must fit the form factor noted above with a shelf life of not less than 2 years.
Key System Attribute 1 Threshold: A minimum of 7 days of capability must exist. Must be compatible with available space in the SKU-10 seat kit assembly.
Key System Attribute 1 Test Method: Demonstration/user evaluation; analysis of provided specification
Key System Attribute 2: A food or energy source should provide at least 2,000 calories per day and meet the form factor noted above. It must have a shelf life of not less than 2 years.
Key System Attribute 2 Threshold: A minimum of 2000 calories per serving with a sufficient number of servings to address a survival scenario of 7 days.
Key System Attribute 2 Test Method: Analysis; user evaluation
Key System Attribute 3: Both water and food/energy packaging must be waterproof and not impacted by exposure to salt water.
Key System Attribute 3 Threshold: Impervious to saltwater intrusion.
Key System Attribute 3 Test Method: User evaluation; lab quantification of percent salt intrusion.
The North American Industry Classification System (NAICS) codes for request for information are 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing.
Interested companies shall send questions to the Contract Specialist at the following email address: jose.l.perez262.civ@us.navy.mil.
Please address all RFI responses and submission of samples to:
PMA202
47123 Buse Rd. Bldg 2272 Rm 353.
Patuxent River MD. 20670
Attn: Jennifer Milan
All correspondence shall reference the RFI number N00421-25-WPM202-RFI-NACES-SKU-10 on the mailing container and all enclosed documents. Proprietary information MUST be marked as such, on a page-by-page basis. The deadline for responses is 30 days after posting. All Companies shall provide their cage code and business size under the North American Industry Classification System (NAICS). If the business is a small business per the parameters of NAICS Code, indicate whether the business qualifies under any of the sub-categories: 8(a), Small Disadvantaged Business, HUB Zone, etc. 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.
This announcement is NOT A REQUEST FOR PROPOSAL, BUT RATHER A REQUEST FOR INFORMATION (RFI), nor does the Government intend to pay for any information submitted in response to this RFI. This RFI does not commit the Government to award a contract. This RFI is for market research only, and any procurement resulting from this announcement, will be synopsized separately.