Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF AUGUST 28, 2013 FBO #4295
SOURCES SOUGHT

16 -- Uncommanded Boom Extension Modification to KC-135R/T

Notice Date
8/26/2013
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
 
ZIP Code
73145-3015
 
Solicitation Number
UncommandedBoomExtensionModificationtoKC135RT
 
Archive Date
10/11/2013
 
Point of Contact
William L. Loftis, Phone: 4057393131, David B Gunnels, Phone: 405-736-7290
 
E-Mail Address
William.Loftis@tinker.af.mil, david.gunnels@tinker.af.mil
(William.Loftis@tinker.af.mil, david.gunnels@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Uncommanded Boom Extension Modification to KC-135R/T PURPOSE T he C/KC-135 Contracting Branch (AFLCMC/WKKPA), Tinker AFB OK, is conducting market research to determine estimated cost and schedule for developing and installing a failsafe to prevent damage to the boom due to uncontrolled extension of the telescoping inner tube in the event of hydraulic pressure loss. DESCRIPTION The KC-135 R/T aerial refueling boom has a telescoping inner tube that is extended and retracted using hydraulic pressure. A chain driven, hydraulic actuated motor controls extension, retraction, and position holding of the telescoping inner tube. The original design of the system has a single point failure, where if a substantial leak occurs along the hydraulic line, pressure is lost in the motor. When hydraulic pressure is lost the telescoping inner tube is allowed to freewheel until it hits the end stops, resulting in significant damage that requires the entire boom to be replaced. The Government is seeking a solution using Commercial Off The Shelf (COTS) and Government Off The Shelf (GOTS) equipment to the maximum extent possible. If these requirements cannot be met, please provide an alternative solution to the requirement RESPONSE Responses shall address: •1. Description and rational of proposed system capabilities and operation •2. The components/methods proposed to be replaced or modified •3. Details of proposed replacement components/methods to include, but not limited to, items such as electrical, hydraulic power system requirements, airworthiness certifications actions completed, current usage on other systems or in development, logistics support requirements/availability (parts supply, spares, repair, support equipment, tech data, training, pro and cons etc.) •4. Developmental schedule (duration from contract award to on aircraft testing completion) •5. Component lead times (longest lead time only for each system is required) •6. Kit delivery schedule •7. Install schedule (include method of installs) •8. Maximum aircraft modified per year •9. ROM with the following cost break outs: •o Estimated developmental cost (including nonrecurring engineering and technical data) •o A Kit (items necessary to modify aircraft) and B Kit (items necessary to modify line replaceable units) cost break out •o Estimated installation cost with installation hours 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: AFLCMC/WKKPA ATTN: William Loftis cc: David Gunnels 3001 Staff Dr, STE 2AJ85A Tinker AFB OK 73145-3020 Or, respondents may wish to respond to William.Loftis@tinker.af.mil or David.Gunnels@tinker.af.mil. PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN 45 DAYS FROM RECEIPT OF THIS DOCUMENT. Responses must be received no later than 45 days from receipt of this document. Documents must be formatted to 8.5 x 11" paper with type no smaller than 10 point font. DISCLAIMER This RFI is not an offer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associates with responding to this RFI. Questions should be directed to PCO/Contract Specialist via email or call 405-739-3131 for William Loftis or405- 736-7290 for David Gunnels directly. ATTENTION: Contractor must be registered with the System for Award Management to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at https://www.sam.gov or by calling 1-866-606-8220.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/UncommandedBoomExtensionModificationtoKC135RT/listing.html)
 
Record
SN03162809-W 20130828/130826235759-aa4d43791464247ed1e9b4d09cc7e007 (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.