Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 11, 2008 FBO #2389
SOURCES SOUGHT

16 -- KC-135R Aircraft Multi-Point Refueling System (MPRS) PODS

Notice Date
6/9/2008
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
RFI0008
 
Point of Contact
Amy L Hawkins,, Phone: 405-739-5405, Susan G Cockrell,, Phone: 405 734-8110
 
E-Mail Address
amy.hawkins@tinker.af.mil, susan.cockrell@tinker.af.mil
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) KC-135R Aircraft Multi-Point Refueling System (MPRS) PODS PURPOSE The 827 ACSG/PK Contracting Office, Tinker AFB, OK, is conducting market research to determine estimated cost, schedule, and performance parameters to install/procure a Commercial-Off-The-Shelf (COTS) high speed MPRS PODS on the 20 KC-135R Aircraft. Description 827 ACSG/PK is requesting information pertaining to the availability of a COTS reliable system/ component to incorporate into the KC-135R aircraft. System/ Component must operate within the requirements for wing mounted Hose and Drogue refueling capability on the KC-135R aircraft. System Specifications System mounts under the wing of KC-135R aircraft outboard of outboard engines Top cruise speed0.90 mach (typical cruise is slower) Cruise ceiling42,000 ft Refueling speed range180 – 350 knots Refueling altitude rangenot restricted Max weight of system when wet (POD only)1351 lbs Fuel Transfer Rate450 US gpm +/- 10% Hose-end pressure50 +/- 5 psi Maximum time to trail or rewind25 sec Minimum hose length………………………………………………………………..75 ft Automated hose reel response rate……………………………………………. 0 – 10ft/s Hose response, system sufficient to prevent damage to the receiver aircraft probes Ability to extend and retract the hose and drogue throughout the operational refueling speed range at any tanker operating gross weight without the drogue contacting any part of the tanker except the POD aft fairing Refueling Coupling ………………………………………………………………MA-4 Electrical supplyStandard aircraft power Maintenance event recording system – downloadable to provide rapid fault diagnosis Drogue compatible with STANAG3447, EDITION 4 Refueling drogue must be stable for contacts AR POD compatible with MIL-A-19736 No changes shall be required to tanker airframe Request Reliability and Maintainability (R&M) numbers Request evidence of proven performance Request proof of logistics support – parts supply, spares, repair, support equipment and tech data * Note: Hydraulically powered PODS will require a RAM Air Turbine. Response Responses shall address: 1.Performance parameters, to include design and installation 2.Program Estimated Cost information (ROM) for POD Kits 3.Delivery schedule/product availability 4.Identify electrical power system requirements 5.Suggestion that satisfy airworthiness requirements Interested firms should also include the following in their response: -Company Name and address -CAGE Codes (if available) -Point of Contact -Size of Business (i.e. Large/Small business, Small Disadvantaged Business, 8(a) concerns, Minority-owned business -U.S. or Foreign Owned Entity Submit response (along with any supporting documentation) directly to: 827 ACSG/PK Attn: Amy Hawkins CC: Susan Cockrell 3001 Staff Dr. STE 2AI 86A Tinker AFB, OK 73145-3020 Or, respondents may wish to respond to Amy.Hawkins@tinker.af.mil or Susan.Cockrell@tinker.af.milvia electronic transmission (e-mail) PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 30 JUNE 08 Responses must be received no later than 9 JULY 08. Documents must be formatted to 8.5 x 11” paper with type no smaller than 10 point font. DISCLAIMER This RFI is not an offer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. Responses to the RFI will not be returned. 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. Responders are solely responsible for all expenses associates with responding to this RFI. Responses will not be returned. All responses must be unclassified. Questions should be directed to Ms. Amy Hawkins via email or call 405-739-5405 directly. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=1f7d5ac9d1385e0d1417755733c5f0a5&tab=core&_cview=1)
 
Record
SN01589698-W 20080611/080609220509-1f7d5ac9d1385e0d1417755733c5f0a5 (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.