SOURCES SOUGHT
16 -- KC-135 Longwire Antenna
- Notice Date
- 10/5/2010
- 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
- FA8105-11-Longwire
- Archive Date
- 11/23/2010
- Point of Contact
- Mark A. Davidson, Phone: 405-739-2572
- E-Mail Address
-
mark.davidson@tinker.af.mil
(mark.davidson@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Request for Information (RFI) The C/KC-135 Sustainment Division, OC-ALC GKC, Tinker AFB, OK, is conducting market research requesting information on Probe and Long Wire High Frequency (HF) Antenna Replacement Modification for KC-135 R/T model aircraft. PURPOSE The purpose of this RFI is to solicit industry for possible options to either maintain current KC-135 HF antennas or replace them with new configurations. The root problem with current antennas is the Lightning Arrestors associated with each antenna are no longer being manufactured or repaired. BACKGROUND The original KC-135 aircraft were installed with two different configurations of HF antennas, each having a different Lightning Arrestor. The HF Probe Antenna installed on the top of the vertical stabilizer uses Part Number 1931-03 (NSN 5920-00-677-9869) lightning arrestor. This lightning arrestor is the same for all KC-135 HF Probe Antennas. The HF Long Wire Antennas are installed in the leading edge of the vertical stabilizer and run to the forward right side of the aircraft have two different configurations of lightning arrestors installed. These are part numbers 1916-01 (5920-00-686-0084) for the Boeing installed Long Wire Antenna and Part Number 1912-02-A (NSN 5841-01-279-4286) for the Rockwell Collins (RC) installed Long Wire Antenna. Each KC-135 aircraft has, or will soon have, two HF antennas installed, one Probe and one Long Wire Antenna. None of the three different configurations of lightning arrestors are currently being manufactured or repaired. TECHNICAL REQUIREMENTS: The requirements listed below are viewed to be an integral part of any technical solution proposed in response to this RFI. All improvements, deviations, and modifications of these requirements should maintain the intent of the original requirement. 1. The government is willing to consider and implement several potential solutions to lightning arrestor issues. The potential solution options are: a) Identify a new HF antenna that doesn't require a long wire or lightning arrestor. b) Identify a source for manufacture and/or repair of the current lightning arrestors. c) Identify new lightning arrestors as a replacement for the HF Probe Antenna and RC and Boeing Long Wire Antennas... may or may not require new antennas or couplers. 2. Interested parties may propose solutions to any and/or all of the options identified in item 1 above. 3. Interested parties to option 1a should describe the technical capabilities of the potential solution sufficient to demonstrate equivalent or superior performance to the current design. Provide a brief high-level technical description of the antenna and explain system compatibility. Describe any limitations such as willingness to provide data rights, etc. Costs should be identified for small order quantities (50 - 100) and a large order quantity (300 - 400). If applicable, pictures of the system are encouraged. Briefly address all potential risks. 4. Interested parties to option 1b should provide a description of their ability to manufacture and/or repair the current design lightning arrestors. Estimated costs of newly manufactured current design lightning arrestors should be provided for small quantity buys (10 - 15) and larger buys (25 - 50). Bidders should identify their repair rate and approximate costs for repair of the arrestors given both a low repair rate (1-2 month) and a higher rate repair. If applicable, pictures of the system are encouraged. Briefly address all potential risks. 5. Interested parties to option 1c should describe the technical capabilities of any potential solution sufficient to demonstrate equivalent or superior performance to the current design. Provide a brief high-level technical description of the lightning arrestor, antenna if applicable, and system. Explain system compatibility. Describe any limitations such as willingness to provide data rights, etc. Lightning arrestor and antenna design should consider ease to install and maintain. The technical approach should include a scenario illustrating the use of the proposed system. If applicable, pictures of the system are encouraged. Costs should be identified for small (10 - 15) and large (25 - 50) order quantities. Briefly address all potential risks. 6. For all options, some testing may be required IAW MIL-STD-810 or RTCA/DO-160. Specific areas of concern include explosive atmosphere, vibration, temperature and shock. 7. For option 1c the arrestor design should consider ease to install and maintain, and the system will require no modification of main aircraft structure. Ancillary structure may be used for hardware attachment. For option 1c the antenna design should also consider ease to install and require minimum modification to aircraft structure. OPERATING ENVIRONMENT: The KC-135 operating temperatures range from below freezing to over 100 degrees Fahrenheit. System must be explosion-proof, resistant to vibration, and approved for in-flight use. FAA certification of the proposed solution is a plus, but not required. INTERFACE REQUIREMENTS: Primary power source should be aircraft power. The KC-135 has 115/200 volts AC, 400-hertz, three-phase electrical power, single-phase 28VAC, and 28VDC. COMPATIBILITY Explain system compatibility. Describe any limitations. ENVIRONMENTAL TESTING State the type of environmental and flight testing that has been performed on the system. COST Provide the estimated cost or cost range of the proposed system and/or repair effort, including low volume production numbers, high volume production numbers and cost of the data/drawing rights. AVAILABILITY Provide system availability information. Give information detailing if the equipment is available off-the-shelf immediately. If equipment is not available provide lead time for component acquisition. PAST PERFORMANCE Briefly explain any previous work you have done or are doing for military/civilian customers similar to what this RFI addresses (include demonstration information that supported that work). RESPONSE Services to include research and development, technology insertions, system integrations, installation, fabrication/prototyping, testing/certification, aircraft ground/flight testing support, logistic support services, and engineering support. Interested parties may use commercial products or existing government inventories to provide the best value solution using processes and practices to reduce cost and schedule and performance risk and to promote future competition for design upgrade and operational support costs. The information you provide may be used by the USAF to consider planning, program phasing and tailored technical requirements. Your inputs should not be restrictive or proprietary in any manner. Although the identification of contributing parties will not be divulged outside the Government, the Government reserves the right to use in whole or part any industry information that is received as a result of this RFI. Your participation in the RFI will not affect your company's position during any solicitation, nor will this RFI be used as criteria for the prequalification of respondents for future solicitations. Modification installation effort will be performed by Government personnel. Through this RFI the Air Force is soliciting information concerning mature or emerging technologies which meet the requirements. It is emphasized that the Government will not pay for contractor efforts to respond to this Request for Information. This RFI is an expression of interest only and does not obligate the Air Force to pay any proposal preparation and prototype costs or to award any contracts, grants, cooperative agreements, or other transactions. Nor is the Government obligated in any other way by this request. Information obtained from this document is for planning purposes only. Participants are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105-11-Longwire/listing.html)
- Record
- SN02306314-W 20101007/101005234528-044e8a4aeb1718c848c5d2d7f49bdbd7 (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 |