Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2006 FBO #1784
SOLICITATION NOTICE

A -- ACES II Improvement Program

Notice Date
10/13/2006
 
Notice Type
Solicitation Notice
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, HQ HSG - Human Systems Group, HQ HSG/YASK 7980 Lindbergh Landing, Brooks City-Base, TX, 78235-5119, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8902-07-R-1001
 
Response Due
11/30/2006
 
Archive Date
12/15/2006
 
Description
The 77 AESG and 648 AESS, Brooks City-Base TX intends to negotiate a sole source, cost-plus-fixed fee (CPFF) five-year requirement contract with Goodrich Corp/AMI, Colorado Springs CO (CAGE Code 31218), for a requirement to acquire coherent, technically consistent, engineering and manufacturing development support that will enhance the survivability of aircrew members through improved performance, maintainability, and availability of the Advanced Concept Ejection Seat II (ACES II) family of ejection seat. The principal goals of this effort are to develop and qualify modification improvements that will keep pace with aircraft operational mission requirements, and address aircrew safety issues associated with high-speed/high altitude operating environments. Additionally, this effort will allow for an increase in ejection seat capability to support an extended ejection envelope for altitude and speed, and an improved maintainability capability that significantly reduces ejection seat maintenance downtime, resulting in increased aircraft operational availability. The out come of this effort will be the development of modification kit(s) that can then be openly competed for production. The respondent will develop, design, and build prototypes test articles that will demonstrate that a field-level modification kit can be retrofitted to existing ACES II ejection seats. The respondent shall furnish all plant facilities, labor, equipment, special tools, test equipment, and materials. Government drawings, tooling, and facilities to manufacture these kits are not available. The resulting contract will cover all engineering, manufacturing, qualification testing on applicable sub-systems, integration, and any necessary development testing associated with improving the operation and maintenance of the ACES II ejection seat. This will be accomplished by incorporating controllable propulsion subsystems to optimize terrain clearance during the ejection sequence, upgrading ejection seat sequencing and sensing subsystems for safer/faster/more reliable operation, and allowing the ACES II ejection seat to be removed from its crew station without the requirement to remove the aircraft canopy/hatch, which will significantly increase aircraft availability. Additionally, this contract will address improving the ability to eliminate/mitigate limb flailing during high-speed ejection, and optimizing aircrew accommodation improvements for better access to aircraft controls and improved body position for aircraft operation and ejection. This contract will cover all engineering and manufacturing efforts required in support of trade studies, preliminary designs, final designs, and design verification to determine the merits of the services described above. PLEASE NOTE THAT TELEPHONE REQUESTS WILL NOT BE HONORED. Responses should be submitted not later than fifteen days after synopsis appears in FBO. Only e-mailed, written or faxed requests received directly from the requestor are acceptable. All responsible sources may submit an offer which will be considered. FAX number is 210-536-4563 and e-mail address is alice.sanders@brooks.af.mil. Authority: 10 U.S.C. 2304 (c )(1), Justification: Supplies (or Services) required are available from only one or a limited number of responsible source(s) and no other type of supplies or services will satisfy agency requirements. It is anticipated that the solicitation will be released on or about 30 Oct 06. Estimated date of award is 15 Dec 06. Any concerns regarding this acquisition may be directed to the Contracting Officer. An Ombudsman has been appointed to hear serious concerns that are not resolved through established channels. If your concerns are not satisfied by the Contracting Officer, interested parties are invited to contact the Ombudsman, Mr. Edward Noack at 210-536-2319 or e-mail edward.noack@brooks.af.mil. Collect calls will not be accepted. All responsible sources may submit an offer which will be considered. NOTE: ALL OFFERORS MUST BE REGISTERED IN THE CENTRAL CONTRACTOR REGISTRY (CCR) PRIOR TO RECEIVING ANY AWARD. Information concerning CCR requirements may be viewed via the Internet at http://www.ccr.gov or by calling the CCR Registration Centers at 1-888-227-2423. The Buyer is Ms Alice P. Sanders, 77 AESG/PSK, 7980 Lindbergh Landing, Brooks City-Base, TX 78235-5119, 210-536-3992, e-mail alice.sanders@brooks.af.mil. Collect calls will not be accepted.
 
Place of Performance
Address: Contractor's facility
Zip Code: 80916-6277
Country: UNITED STATES
 
Record
SN01165161-W 20061015/061013220458 (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.