Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2011 FBO #3667
SOURCES SOUGHT

16 -- Boom Drogue Assembly (BDA) Soft Basket Upgarde for the KC-135/T Fleet - Figure 1

Notice Date
12/7/2011
 
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
KC-135-BoomDrogueAssembly-Upgrade
 
Archive Date
1/24/2012
 
Point of Contact
Mark A. Davidson, Phone: 4057392572, Deborah Williams, Phone: 405-736-3409
 
E-Mail Address
Mark.davidson@tinker.af.mil, Deborah.williams@tinker.af.mil
(Mark.davidson@tinker.af.mil, Deborah.williams@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Figure 1 - Drawing 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 a Boom Drogue Assembly (BDA) Soft Basket Upgrade for the C/KC-135 aircraft fleet. PURPOSE: The C/KC-135 Aircraft Sustainment Branch Contracting Office (GKC/GKCK), Tinker AFB OK, is conducting market research to determine estimated cost of developing and integrating a soft basket on the BDA which will take the place of the legacy BDA basket NSN (1680-00-971-4099). 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. DESCRIPTION: The KC-135 aircraft is commonly used today for USAF strategic missions. Joint Operations with U.S. services and NATO countries require the United States Air Force to provide aerial refueling via probe and drogue systems that are referenced within Figure 1 of the attached. Two drogue systems are utilized by the Air Force. The boom drogue adapter is attached to the boom and trails behind the aircraft. The current rigid BDA, as reflected in Figure 1, has routinely caused damage to U.S. and NATO aircraft. Another probe and drogue capability is provided by the Multi Pont Refueling System (MPRS) installed on 20 KC-135s. This fleet of 20 aircraft is in high demand. To alleviate this burden on MPRS fleet and to facilitate today's mission without further damaging U.S. and NATO aircraft, the Air Force will require industry to integrate a soft basket to replace the metal basket on the legacy BDA. RESPONSE: Responses shall address: 1. Developmental schedule (duration from contract award to on aircraft test completion) 2. Estimated developmental cost (i.e. nonrecurring engineering and technical data) 3. A Kit Cost break out (208 baskets in all) 4. The components/methods proposed to be replaced or modified 5. Description and rational of proposed system capabilities and operation 6. Details of proposed replacement components/methods to include, but not limited to, items such as airworthiness certification (MIL-HDBK-516B), current usage on other systems or in development, logistics support requirements/availability/reliability/maintainability (parts supply, spares, repair, support equipment, tech data, training, pro and cons etc.) 7. Component lead times (longest lead time only for each system is required) 8. 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) Additionally, please note the following as you consider your response: Services are 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. Interested firms should also include the following in their response: - Company name and address - CAGE code (if available) - Point of contact - Size of business (i.e. large/small business, small disadvantaged business, 8 (a) concern, Minority-owned business) - U.S. or foreign owned entity Submit response (along with any supporting documentation) directly to: 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 Secondary Point of Contact: Deborah Williams Procurement Contracting Officer KC-135 Contracting Branch OC-ALC/GKCK Email: Deborah.williams@tinker.af.mil Phone: 405-736-3409 /DSN 336-3409
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/KC-135-BoomDrogueAssembly-Upgrade/listing.html)
 
Record
SN02634922-W 20111209/111207234252-a60d26b18613594f92f41e8871ecb33b (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.