SOURCES SOUGHT
16 -- Request for Information, A-10 Technology Insertion Project
- Notice Date
- 10/28/2008
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXB, 6038 Aspen Ave (Bldg 1289), Hill AFB, Utah, 84056
- ZIP Code
- 84056
- Solicitation Number
- FA8212-09-R-BABB
- Archive Date
- 12/11/2008
- Point of Contact
- Louis P. Cornell,, Phone: 801-777-6044, Jacob English,, Phone: 801-777-9520
- E-Mail Address
-
louis.cornell@hill.af.mil, jacob.english@hill.af.mil
- Small Business Set-Aside
- N/A
- Description
- Request for Information A-10 Technology Insertion Project Description A-10 Technology Insertion request for information. This announcement constitutes a request for information. The United States Air Force (USAF) is considering a technology insertion on the following Line Replaceable Units (LRUs): NSN Part # NOUN 5945015550277 160D145225-47 AVIONICS RELAY BOX 6110015614461 160D145235-7 AC POWER RELAY BOX 5945015646035 160D145267-27 ARMAMENT RELAY BOX 5945014915197 160D145271-31 LANDING GEAR RELAY ASSY 1680014239513 160D145279-27 MISC RELAY BOX 5945015558059 160D145315-9 NAV MODE RELAY BOX 1680014148856 160D180455-5 UTILITY LIGHT PANEL 1680014147462 160D180315-3 FUEL MANAGEMENT PANEL 1680014148922 160D180330-7 EMERGENCY FLIGHT CONTROL PANEL 1680014148858 160D180355-3 STALL WARNING AUDIO CONTROL PANEL 1680014148859 160D180390-7 AUXILIARY LIGHT PANEL 1680014147459 160D180425-11 ENVIRONMENTAL CONTROL PANEL 5930014540373 160D181165-5 NAV MODE SELECT PANEL 6220015550706 160D145212-27 INTERIOR LIGHTING BALANCE CONTROL ASSY 6110011251660 160D145265-15 FUEL & ENGINE CONTROL RELAY BOX 6110014149712 160D180435-7 INTERIOR & EXTERIOR LIGHTING CONTROL PANEL 6110012418816 160D145277-19 FLIGHT CONTROL RELAY BOX ASSEMBLY 5950015374338 160D145222-5 LIGHTING TRANSFORMER BOX ASSEMBLY The technology insertion will consist of a Form, Fit, and Function Interface (F3I) replacement of the current LRU's with more reliable, longer-life LRUs that carry a 5 year warranty and have a Mean Time Between Failure (MTBF) of at least 5,000 hours. The F3I replacement LRUs will be made of components that will be supportable through 2030, the projected lifetime of the A-10, so as to avoid Diminishing Manufacturing Sources Diminishing Supply (DMSMS) issues, and will utilize technology that maintains the ability to be modifiable so as to support unforeseen future modifications to the A-10. The Air Force plans for the technology insertion of the LRUs to include production articles as well as engineering and repair services. The engineering services include; prototype development and fabrication, bench testing, system integration testing, flight testing, test equipment upgrade, and technical data and technical order maintenance. The repair services would consist of repair of the LRUs and shop replaceable units that would be subassemblies of the redesigned LRUs. The F3I procedure encourages the procurement of items using performance based acquisition specifications versus build -to- print requirements. The procurement/services will be based on "Best Value" to the government, not necessarily requirements. The LRUs will incorporate state of the art technology and will be compatible with existing hardware and software interfaces in order to maintain F3I equivalence. The information in this request is provided to assist the USAF in conducting a market survey of industry to identify potential contractors who have the skills, experience, and knowledge required to successfully complete this effort. This is neither a request for proposal nor an invitation for bid. We are seeking contractors interested in designing and/or manufacturing high reliability LRUs using modern technology rather than traditional build to print requirements. Interested parties are requested to submit two copies of a summary of their capabilities and facilities that will allow them to design, test, service and/or manufacture the new LRUs. A Rough Order of Magnitude (ROM) cost estimate and an estimate of the anticipated time between contract award and first flight article delivery are also solicited to aid in the budgeting and scheduling process. The ROM is for planning purposes only and the contractor will not be bound by these preliminary estimates. This request for information does not constitute a commitment, implied or otherwise, that procurement will be accomplished. The government does not intend to contract on the basis of this request or otherwise pay for the information solicited. Written responses must be submitted by 26 Nov 2008 to OO-ALC/LGKE, ATTN: Louis Cornell, Bldg 1215, 6050 Gum Lane, Hill AFB, Utah 84056-5825. No telephone or Fax responses will be accepted. For answers to technical questions please contact 1Lt Jacob English at (801) 777-9520 jacob.english@hill.af.mil or Mr. Alva Maynor at (801) 777-7406, email alva.maynor@hill.af.mil. For contractual questions please contact Mr. Louis Cornell at (801) 777-6044, email louis.cornell@hill.af.mil.
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=8b5913fcc95cb00c0b5d39214712d963&tab=core&_cview=1)
- Record
- SN01697442-W 20081030/081028215511-8b5913fcc95cb00c0b5d39214712d963 (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 |