Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 10, 2011 FBO #3668
SOURCES SOUGHT

16 -- Switch Guard Solution for Trail-Rewind Switch on MPRS Pod - Figure 1 - Figure 5 - Figure 2 - Figure 4 - Figure 3

Notice Date
12/8/2011
 
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-Switch-Guard-Trail-Rewind-Switch-MPRSPod
 
Archive Date
1/24/2012
 
Point of Contact
Mark A. Davidson, Phone: 4057392572, Albert W Hall, Phone: (405)739-5452
 
E-Mail Address
Mark.davidson@tinker.af.mil, albert.hall@tinker.af.mil
(Mark.davidson@tinker.af.mil, albert.hall@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Figure 3 - Picture Without Measurements Figure 4 - Picture Without Measurements Figure 2 - Picture With Measurements Drawing - Description of Issue Figure 1 - Picture With Measurements 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 for a Channel Switch Guard solution and/or modification to the Trail/Rewind Switch on the KC-135R Multi-Point Refueling System (MPRS) Equipped Aircraft. PURPOSE: The C/KC-135 Aircraft Sustainment Branch Contracting Office (GKC/GKCK), Tinker AFB OK, is conducting market research to determine estimated cost of an Channel Switch Guard solution and/or modification to the Trail/Rewind switch on the Lightplate of a MPRS equipped KC-135R airplane. 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 response to an RFI, 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 operations that require Airmen (aka "Boomers") to manually operate switching mechanisms on a MPRS Pod Control Panel. (See Figures 1-4 within the attached). The Airmen are unintentionally and inadvertently engaging the Trail/Rewind Switch into the "trail" position without the fuel and air pump activated. This action causes the empty, unstable hose and drogue to violently unwind and rip off the MPRS Pod and aircraft. (See Figure 5 for further description of this issue). This RFI is for the estimated cost of installing and delivering a Channel Switch Guard solution and/or modification to the Trail/Rewind switch (2 switches per control panel) on the Lightplate of a Flight Refueling LTD Pod Control Panel. (NSN # 1680992157709). A total of 38 Pod Control Panels will be modified. (total of 76 switch guards). The switch guard must not be glued to the Lightplate. Reinstallation of the Lightplate will require the use of a Torque Wrench or equal precautions to prevent its breakage. The Lightplate has fine electrical wires throughout it. Note: The Original Equipment Manufacturer (OEM) has proprietary rights of any and all drawings of the Pod Control Panel. Therefore, no drawings will be provided within this RFI. However, photographs are referenced within the attachments. RESPONSE: Responses shall address: 1. Installation parameters include a clear description of installation and response drawing/drawings. 2. For planning purposes please provide all cost estimates in American currency. Please include a break out of labor hours and material costs. For non U.S. interested parties - please include the currency exchange rate and the date of that exchange rate next to your quoted price in American currency. 3. The 38 Control Panels will be shipped for modification at the rate of up to 4 Control Panels at a time. The delivery should encompass the time from arrival of the control panels arrive at your facility/facilities to when they leave you or your sub-contractor facility/facilities, do not include transit or time in customs. For simplicity, please quote your delivery time for 4 control panels. 4. The switch guard must satisfy all US Air Force airworthiness and safety requirements and be suitable for the USA Air Force's Foreign Military Sales programs. The switch guard must allow the switch to be operated with flight gloved hands. 5. All supplier shipments to be made FOB destination. 6. Interested parties shall comply with USA ITAR regulations. 7. Mil Spec packaging should be considered. Include this request as a separate cost. 8. The USA Air Force would prefer the installation of the switch guard within the USA provided that the total program cost is reduced and delivery times are not increased. 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 responses 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 response preparation and prototype costs or to award any contracts, grants, cooperative agreements, or other transactions. Responders should be aware and 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: Albert Hall Procurement Contracting Officer KC-135 Contracting Branch OC-ALC/GKCK Email: Albert.hall@tinker.af.mil Phone: 405-739-5452 /DSN 339-5452
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/KC-135-Switch-Guard-Trail-Rewind-Switch-MPRSPod /listing.html)
 
Record
SN02635853-W 20111210/111208234233-ec118cdc6a47f6c6f50c11f0cf2c78da (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.