SOURCES SOUGHT
16 -- KC-10 Interface Kits
- Notice Date
- 6/4/2013
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Mobility Command, AMC Specialized Contracting, 507 Symington Drive, Room W202, Scott AFB, Illinois, 62225-5022, United States
- ZIP Code
- 62225-5022
- Solicitation Number
- RFI_KC10_Interface_Kit
- Point of Contact
- Leonard L Johnson, Phone: 618 229 0049
- E-Mail Address
-
leonard.johnson.13@us.af.mil
(leonard.johnson.13@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- 1. Introduction The Air Mobility Command is conducting market research to determine qualified, experienced, and interested potential sources. Part of the market research is to publish on FedBizOpps a Request for Information (RFI) seeking market information on businesses capable of providing the services. The information requested by this RFI will be used within the Air Force to facilitate decision-making and will not be disclosed outside the agency. Firms choosing to respond to this RFI are cautioned that THIS SYNOPSIS/RFI IS NOT A REQUEST FOR PROPOSAL. The Government is not obligated to and shall not pay for any information received from any sources responding to this synopsis and will not provide any feedback or carry on discussions with non-federal government activities regarding the information you provided in response to this RFI. Responses to this notice are not offers and cannot be accepted by the U.S. Government to form a binding contract. A brief description of the requirement is as follows: The US Air Force requires a Stanchion Litter System (SLS) Installation/Interface Kit for use in the KC-10 aircraft. The salient characteristics for SLS KC-10 Installation/Interface Kit are as follows: 1) Provide full operational support of the SLS, to include: a. Up to three occupants on NATO STANAG 2040 Litter b. Bottom and Middle occupants up to 350 lbs each c. Upper occupant up to 250 lbs d. Require no modification to baseline SLS 2) Be specifically for installation in to KC-10 Seat Track in forward cabin 3) Cannot block any aisles, emergency egress exits, or emergency equipment 4) Allow for installation of SLS in to seat track with 19" Y-Axis spacing 5) Provide Fabric Soft Case 6) Be man portable 7) Be able to install or remove without use of hand tools 8) Meet the structural qualification requirements of Joint Enroute Care Equipment Test Standard (JCETS) Table 7 (Fixed Wing Aircraft) 9) Not require modification of the KC-10 10) Be provided with Installation/Maintenance/Care and Repair Manual, to include spare parts listing and SMR Coding Please keep in mind that this is a general description of the scope of work that could be required and does not define the final requirement. 2. Requested Information I. A document briefly stating the company's capabilities, including, at a minimum, the following: a. Name, mailing address, overnight delivery address (if different from mailing address), phone number, fax number, and e-mail of designated point of contact. b. Company information (include CAGE Code and DUNS) c. Anticipated Teaming Arrangements (highly encouraged if necessary) d. Typical terms and conditions for this type of work (i.e., lead time, warranty, etc.). e. Identify Major Risks: general information that identifies any major risks anticipated and/or associated with this type of effort. II. Optional - Non-binding Rough Order of Magnitude (ROM) 3. Questions Questions regarding this notice shall be submitted via e-mail to Mr. Leonard Johnson, Contract Specialist, leonard.johnson.13@us.af.mil. Verbal questions will NOT be accepted. Questions will be answered by posting answers as an attachment entitled Questions and Answers to this notice; accordingly, questions shall NOT contain proprietary or classified information. The Government will answer all questions received by 18 June 2013 4:30 PM CT. Any questions after this date may not be accepted. 4. Responses Responses shall be written using Microsoft Word and limited to 5 pages, typed in Times New Roman, font 12. E-mail responses to Mr. Leonard Johnson, Contract Specialist, Leonard.Johnson.13@us.af.mil by 18 June 2013 4:30 PM CT. Responses after this date will not be accepted.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AMC/AMCLGCF/RFI_KC10_Interface_Kit /listing.html)
- Record
- SN03079675-W 20130606/130605001042-f5eb6c5f366c66a6aaee5766b41b89e9 (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 |