Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 18, 2006 FBO #1573
SPECIAL NOTICE

16 -- Characterization and Repair Processes for Nose Radomes

Notice Date
3/16/2006
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
Reference-Number-RFI-AASS-06-NOSERADOME
 
Response Due
3/31/2006
 
Archive Date
4/15/2006
 
Description
This synopsis is a Request for Information (RFI) notice only. This is not a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. No entitlement to payment of direct or indirect costs or charges to the Government will arise as a result of a response to this notice. DUE: Written responses to this RFI synopsis should be submitted no later than fifteen (15) calendar days from the publication date of this notice. Technical Point of Contact (POC): Matthew Larger, phone (937) 255-7210 ext. 3710, email: Matthew.Larger@wpafb.af.mil. DESC: RFI for Characterization and Repair Processes for Nose Radomes, POC: Noelle Spalding, CONTRACT NEGOTIATOR, phone (937) 255-3385 ext. 3108, email: Noelle.Spalding@wpafb.af.mil; Larry Doelker, CONTRACTING OFFICER, phone (937) 255-7210 ext. 3810, email: Lawrence.Doelker@wpafb.af.mil. (This is not a Research and Development [R&D] announcement). Technical Objectives: a. Ogden Air Logistics Center (OO-ALC) needs a tailored Image Mapping Software Module for its recently refurbished Nose Radome Electrical Test Station (NRETS). This software module should generate a computerized 3-D surface map that clearly identifies locations on the radome where tuning tape needs to be applied to bring the radome electrical characteristics into specification. This software module should utilize an open systems architecture approach for test equipment interface and allow programmer modifications by use of a drop-down window menu. In addition, a color coded graphical plot map (with reference coordinates) should be used to graphically display tuning locations and have the ability to be easily displayed using commercially available off-the-shelf software. This effort must be implemented in a depot production environment within 12-18 months. b. OO-ALC Radome Repair Facility is in need of a radome repair process that provides a high degree of confidence so that when a radome leaves the repair cell for the test facility, it will not be returned to the repair cell for rework. Currently, the process requires removing exterior coatings and primers repairing any defects and then replacing the coatings. This process requires significant handwork that regularly changes the ideal shape of the radome that in turn impacts the radio frequency optics. These process-induced defects cannot be detected until the radome is tested on a radar test stand. This leaves us with a very low degree of confidence that the radome will be able to be tuned in a timely manner. (Note: In the last few years there has been a number of, non-contact, 3-D dimensional measurement processes developed. These systems include but are not limited to Laser Radar, Accordion Fringe Interferometry, and White Light Optics. These imaging devices can generate 3-D point cloud of the surfaces that are accurate to half a thousand of an inch. The solution would be to use one of these 3-D imaging devices in conjunction with software to compare an ideal surface with the existing as measured surface and could display the difference as a color gradient that could be worked and updated in real-time. This would give OO-ALC a repeatable repair process with a high degree of confidence that repairs are ready for Far Field Test.) Interested companies must submit a capabilities statement for each concept not to exceed ten (10) pages per concept. A brief summary is all that is needed versus a detailed proposal. If more information is necessary, you will be contacted. (NOTE: Format is 12 pt font, single-spaced, 1-inch margins, no ALL CAPS). Capabilities statements must provide the following information: 1. Cross-Cutting (Multi-Platform) Applicability: List USAF aircraft to which this concept will apply and how. 2. POCs: Include name, company name, phone number, e-mail address, and mailing address for the subject matter expert for each concept. 3. Concept Objective and Approach: Provide reference to the specific aging aircraft requirement and number (listed and attached to this synopsis) this concept is addressing. Describe how the concept will resolve the issue. 4. Implementation Costs/Strategy: Provide Rough Order of Magnitude (ROM). Describe actions necessary to put the product into the users? hands. This should include transition/implementation costs, training, maintenance planning, etc. Also provide a year-by-year breakout of development and transition costs associated with the concept. 5. Concept Benefits: Explain how the Air Force will benefit from using this concept. The benefit can be qualitative as well as quantitative. Suggested explanations can take the form of a) Best estimate for return on investment (ROI), along with the payback period if attainable at current stage of concept development (identify cost avoidance and savings separately, as applicable), b) Improvement to aircraft availability (mission capable rate [%], percentage depot throughput [%], maintenance man-hours [time or %]); and, c) Reduction in risk to safety (e.g. MIL-STD-882D). 6. Background Research: Synopsize previous efforts that have led to the current state of the concept. The proposed concept should be at least a system/subsystem model or prototype demonstration in a relevant environment. 7. Deliverables and Targeted User: Describe the deliverables (hardware, software, prototype, process/procedures, analysis/modification tools, equipment, manuals, tech orders changes, etc.) the user will receive and include the expected timeframe/schedule. Describe the intended user (depot maintenance, field maintenance, depot engineer, long-range planner, etc.). 8. Collaborations and Partnerships: Please identify the major organizations participating in the concept. 9. Indicate similar/preliminary work already underway. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, a minority institution, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAIC) code 336413, Aircraft Parts and Auxiliary Equipment, applies to this acquisition. In addition, interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel, and facilities. The response should also identify key technical risks, issues, and any partnering arrangements that may be considered. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. This information should be sent to AASS/PK, 2145 Monahan Way, Bldg 28, Wright-Patterson AFB OH 45433-7017 not later than fifteen (15) days from the publication of this notice.
 
Record
SN01007875-W 20060318/060316212151 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.