Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 26, 2014 FBO #4446
SOURCES SOUGHT

16 -- Warning Horn Supplement RFI/Sources Sought

Notice Date
1/24/2014
 
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
FA8105KC135WarningHornSupplementRequestForInformationSourcesSought
 
Archive Date
6/30/2014
 
Point of Contact
Misti DeShields, Phone: 4057392140
 
E-Mail Address
misti.deshields@tinker.af.mil
(misti.deshields@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) C/KC-135 Warning Horn PURPOSE The AFLCMC/WKKPA Contracting Office, Tinker AFB, OK, is conducting market research to determine a suitable Warning Horn for the C/KC-135. The purpose of this RFI is to procure a warning signal system which is explosive atmosphere certified and meets the sound requirements for the C/KC-135. DESCRIPTION AFLCMC/WKKPA is requesting information pertaining to the availability of a warning signal system for the C/KC-135. The requirements for the warning signal are described in this document. 1. SCOPE. This Request for Information (RFI) describes a C/KC-135 Warning Horn. This RFI is meant as a minimum requirement for the warning horn. 2. SALIENT CHARACTERISTICS. The equipment shall be capable of operation within the accuracies, limits, and specifications herein. MIL-STD-810G procedures can be used in lieu of RTCA DO-160 requirements. Government review and approval of test procedures/results will be accomplished to verify compliance with the minimum requirements. Classification. Equipment covered by this RFI may be commercially available equipment modified to the extent necessary to meet the following description. The equipment shall be Category A4 in accordance with RTCA DO-160F, except as specified herein. Safety and Environmental. The equipment shall meet all safety and environmental requirements as specified in RTCA DO-160F for the classification as stated herein. Explosive Atmosphere. The equipment shall meet the explosive atmosphere requirements within RTCA DO-160F and shall not be conducted prior to any other DO-160F tests. MIL-STD-810G, Method 511.5, Procedure 1, can be used in place of DO-160 requirements. Temperature Operating. The equipment shall conform to its specified performance and accuracy while being operated in a temperature range of -45°C to 100°C. Temperature Non-Operating. The equipment shall conform to its specified performance and accuracy after being stored in an environment in the temperature range of -51°C to 110°C. Standard Vibration. The equipment shall conform to the standard vibration requirements of DO-160F Category S, Aircraft Zone; Fuselage. Operational Shock. The equipment shall conform to the operational shock requirements of DO-160F, Category A. Sand & Dust Resistance. Sand & Dust resistance shall be required. Fungus & Salt Exposure. The material of the equipment shall conform to the Fungus Resistance test in DO-160F. Electrical Power Sources and Connections. The equipment shall operate on 24Vdc, ±4Vdc and consist of a MIL-STD connector, MS3102C-10SL-4P, to interface with existing aircraft plug. Low-Voltage Operation. The signal shall be designed to operate at 24 ± 4VDC. However, the signal shall be capable of starting at 14VDC, but the sound levels specified herein need not be met at that voltage. Hardware Mount & Bracket. The approach to hardware mount and bracketing of the warning horn should be included in responses to this RFI. The horn will be mounted on the side wall of the Cargo area at approximately half way between the existing horns. The mounting brackets must be able to secure the warning horn during all phases of flight to include crash loading of 9g in the forward direction, 1.5g in the aft direction, and 4g in both directions laterally, 8 g down and 4g up. Reliability. The design of the equipment shall be such that under normal use and operation the equipment does not fail within 4,000 hours of operation with a statistical certainty of 95%. Performance Requirements. The equipment shall produce an aural warning as described below: Sound Frequency/Pressure Level - The signal shall be capable of producing a signal in three octaves at the frequency ranges and sound levels specified in Table 1 when operated at 24 ± 4VDC. Table 1 Frequency ranges and minimum sound levels should meet requirements in table below at a distance of 3 feet, in direction of 30°, 90°, and 150° angle from the horn. The horn will be mounted on the side wall, midway through the Cargo Area and must be audible throughout the cargo area. If a bi-directional horn is identified, it must meet the requirement of 3 feet directly in front of the horn outputs as described below. Frequency Range (Hz) Minimum Sound Level (dB) 600-1200 1200-2400 2400-4800 122 123 122 Physical Characteristics. Dimensions. The warning horn and associated mounting hardware shall be confined to a 9 x 8 x 24 inch envelope when fully assembled. Weight. The total weight of the equipment including mounting bracket shall not exceed 10 lbs. Component Requirements - A warning horn kit assembly shall consist of a warning horn along with any necessary mounting fixtures and mounting hardware. 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. RESPONSE Responses shall address: 1. Program Estimated Cost information (ROM) for kits 2. Delivery schedule/product availability of 400 kits and 6 spare kits 3. Description of kit components 4. Operational and physical specifications of warning signal including: a. Environmental qualifications b. Size c. Weight d. Power requirements and connector type e. Sound intensity, endurance, frequency Interested firms should also include the following in their response: - Company Name and address - CAGE Codes (if available) - Point of Contact - Size of Business (i.e. Large/Small business, Small Disadvantaged Business, 8(a) concerns, Minority-owned business) - U.S. or Foreign Owned Entity
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105KC135WarningHornSupplementRequestForInformationSourcesSought/listing.html)
 
Record
SN03274040-W 20140126/140124234250-127632189e21e46e5c2c7a300e393dde (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.