Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 04, 2010 FBO #3297
SOURCES SOUGHT

16 -- Internal Cargo Lighting - KC-135R/T

Notice Date
12/2/2010
 
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-ICL-KC-135
 
Archive Date
1/22/2011
 
Point of Contact
Mark A. Davidson, Phone: 4057392572, Jim Stephens, Phone: (405)739-4131
 
E-Mail Address
Mark.davidson@tinker.af.mil, jim.stephens@tinker.af.mil
(Mark.davidson@tinker.af.mil, jim.stephens@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: This is a Request for Information (RFI) for market research purposes issued by the C/KC-135 Contracting Branch, OC-ALC/GKCK at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information on Internal Cargo Lighting for the KC-135 R/T model aircraft. PURPOSE: The purpose of this RFI is to solicit industry for options of Internal Cargo Lighting for the USAF KC-135 R/T aircraft. THIS IS A REQUEST FOR INFORMATION ONLY: This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The Government requests that non-proprietary information be submitted in response to this RFI. However, should proprietary information be submitted, it should be marked "PROPRIETARY", and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations. Proprietary information or trade secrets should be clearly identified. BACKGROUND: The KC-135 aircraft is commonly used today for USAF strategic missions. Cargo compartment lighting on this aircraft is inadequate for efficient use by crew members. Due to this inadequacy, a permanent, non-handheld light source capable of illumination by crew members is required to improve cargo compartment lighting. This lighting should enhance safety, cargo loading/unloading operations (floor/pallet), passenger carrying, and aero-medical mission operations. Zone lighting that eliminates or reduces the potential disturbance of other personnel is desired. 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 lighting system will provide visible spectrum light of adequate intensity capable of illuminating the cargo area. 2. The system should require no modification of main aircraft structure. Ancillary structure may be used for hardware attachment. 3. Some testing required IAW MIL-STD-810 or DO-160. Specific areas of concern include explosive atmosphere, vibration, temperature and shock. 4. Based on previous light solution implementations, Light Emitting Diode (LED) technology is the preferred light solution. Fiber optic, incandescent, and fluorescent lighting have undesirable traits which lend these lighting types to be of secondary consideration. 5. Lighting color should be white with no tint or tinge of other color. It may be advantageous to include other modes of color; however the primary mode must be pure white. 6. IAW with OSHA Standard 29CFR1926.56(a), Light intensity will be 30 foot-candles or more. Light should be of adequate intensity to perform all mission operations. Any quantification or qualification of lighting will include foot candle measurement. 7. Lighting should be focused on cargo or pallet interior. Use of reflectors and diffusers should be documented as well as the impact on intensity. 8. Lighting solutions could be achieved by means of temporary installation, permanent lighting system solutions or a permanent installation with temporary augments. Specifically, the solutions can be categorized in one of three options as follows: Option 1: Permanent lighting (NVG compatible) Emergency power backup supplied by contractor 28vdc aircraft power Zone lighting control Option 2: Portable lighting carry on kit (NVG compatible) Emergency power backup supplied by contractor 28vdc aircraft power Zone lighting control Option 3: Permanent lighting with temporary augment (NVG compatible) Emergency power backup supplied by contractor 28vdc aircraft power Zone lighting control [Within all three (3) of these options, consideration should be given to ease of installation, cost and maintenance.] Note: All three (3) of the above solutions and/or lighting options should be addressed and incorporated within the RFI responses received. 9. Lighting equipment must not interfere with mission operations such as cargo loading passenger transportation and normal aerial operations. 10. The current aero medical mission utilizes three patient support pallets. A zone lighting concept is preferred. At a minimum, this should involve one zone per pallet and one zone for the boom area for a total of four zones. The entire cargo area should be covered by this area, beginning with the galley/latrine area and ending at the boom area. 11. Lighting controls should be easily accessed. Lighting controls should be placed in the galley area and at the forward edge of each patient support pallet. The forward lighting control should be able to turn all lights on and off. The lighting controls at each pallet should be able to turn the lights on and off for the corresponding pallet zone. 12. The light solution should provide a dimming feature. This should provide varying degrees of intensity from off to fully illuminated. Dimming may be provided in steps or continuous. Dimming control should be incorporated into lighting control at each pallet. OPERATING ENVIRONMENT: The KC-135 cargo compartment operating temperatures range from below freezing to over 100 degrees Fahrenheit. System must be explosion-proof, resistant to vibration, resistant to moisture, and approved for in-flight use. 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 28 VDC. Lighting solution should include provisions for operating on the ground with no external or generator power available. The KC-135 has two 28 VDC batteries. The dissipated power should be minimized to avoid complete battery discharge. Lighting controls should be easily accessed and operated. Lighting that is compatible with night vision goggles is not required but is desirable. TECHNICAL APPROACH: Please provide a brief high-level technical description of the proposed portable internal cargo lighting system. Ideally, the technical approach should include a scenario illustrating the use of the proposed system. If applicable, pictures of the system are encouraged. Briefly address all potential risks. Describe the type of training that will be required to operate the proposed system. Briefly summarize how personnel would operate the system. COMPATIBILITY: Explain system compatibility. Describe any limitations. ENVIRONMENTAL TESTING: State the type of environmental testing that has been performed on the system. COST: Provide the estimated cost or cost range of the proposed system, for all three (3) of the lighting solution options detailed in Requirement # 8 above, including low volume production numbers and high volume production numbers. 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. Contractors 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 companies 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. Through this RFI the Air Force is soliciting information concerning mature or emerging technologies which meet the requirements. The primary selection criteria for all submissions will be the most practical system available to support the requirements. The Air Force reserves the right to select for award, any, part of, all, or none of the proposals received. The Air Force may or may not purchase any of the technology demonstrated. 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. Offerors are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds. Contracting Office Address: OC-ALC/GKCK 3001 Staff Dr. STE 2AE1 86A Tinker AFB OK 73145-3020 Primary Point of Contact: Mark A. Davidson Contract Negotiator KC-135 Contracting Branch OC-ALC/GKCK Email: Mark.davidson@tinker.af.mil Phone: 405-739-2572 /DSN 339-2572
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105-ICL-KC-135/listing.html)
 
Place of Performance
Address: NA, United States
 
Record
SN02337084-W 20101204/101202234049-cf296c5da789d233f9e986a4da134b1c (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.