Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 05, 2015 FBO #4942
SOURCES SOUGHT

C -- install KC-135 Large Aircraft Infrared Countermeasures (LAIRCM) Generation 3 (G3) Pod system

Notice Date
6/3/2015
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
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
FA810515R0010
 
Point of Contact
Paul T. Gaines, Phone: 4057395123
 
E-Mail Address
paul.gaines.1@us.af.mil
(paul.gaines.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION This is a Request for Information (RFI) for market research purposes issued by the C/KC-135 Contracting Branch, AFLCMC/WKDK at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information on small business industry sources capable of providing modification installation, general ground support, ground test support, aircraft launch and recovery services for the C/KC-135 aircraft. This RFI is directed at small businesses only. PURPOSE The purpose of this request for information (RFI) is to solicit small business industry options and possible solutions for providing modification installation, general ground support, ground test support, aircraft launch and recovery services for the C/KC-135 aircraft to install KC-135 Large Aircraft Infrared Countermeasures (LAIRCM) Generation 3 (G3) Pod system. 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. BACKGROUND The government requires installation services to install group A modification kits to support the LAIRCM G3 Pod system. The group A modification kit includes the installation of wiring, fuselage structural reinforcements, control panel structure, antenna, and antenna supporting structure. This RFI is focused solely on labor services to include aircraft modification installation, general ground support, ground test support, aircraft launch and recovery support. The KC-135 LAIRCM G3 Pod system prime and sub-contractors will provide engineering support for kit installations. REQUIREMENTS: 48 CFR 252.228-7001 - Ground and flight risk clause will apply to this effort. The touch labor for the LAIRCM G3 Pod group A installation is estimated at 1,200 hours per aircraft. For the purposes of this RFI, touch labor can be assumed to be 38% Structural, 38% Electrical/Avionics, 24% Fuel Cell. Will require removal of one or more aft body fuel bladders to access the main fuselage structure. All aircraft will require pin to pin continuity check following group A wiring installation. Group B will be installed to perform the on aircraft test procedure (OATP) and then removed prior to return to home station. For the purposes of this RFI, the touch labor for the LAIRCM G3 Pod group B installation or removal is estimated at 3 hours (2 individuals, 1.5 clock hours) 100% Electrical/Avionics. The OATP will be performed by the prime contractor upon completion of each group A installation. This test procedure requires a 50 meter clear zone from the center point of the LAIRCM installed laser. Laser emits a narrow beam in short bursts in response to test set stimulation only. Specific pre-coordinated safety processes and procedures will be adhered to, to prevent any potential safety hazards. Actual laser operation is not expected to last longer than 0.5 clock hour. Respondents will be required to provide support to the prime contract to include positioning the aircraft, providing ground support (electrical power), posting warning placards/signs/cones and coordinating with local airfield agencies. Aircraft functional check flight is not required. Ground Support Equipment (GSE): Respondents will be required to provide GSE to include electrical power carts, pneumatic air carts, general aircraft servicing carts, defueling cart, fork lift, various maintenance stands, and aircraft tow vehicle. Facilities: Office space to support 10-12 government and/or contractor personnel. 400 sq.ft of storage floor space for group B components (enclosed lockable with forklift access). Notional aircraft input schedule: First prototype aircraft: Notional scheduled input will be second quarter fiscal year 2016 (FY16). Prior to aircraft return to home station aircraft will be used by the government and contractor for ground testing and to validate technical data for an estimated duration of 3 weeks. Second kit-proof: Notional scheduled input 60 days following the return to home station of first prototype aircraft. Prior to aircraft return to home station aircraft will be used by the government and contractor for ground testing and to certify technical data for an estimated duration of 2 weeks. Separate option for Low Rate Initial Production (LRIP) 14 aircraft total. First LRIP aircraft is notional scheduled to input will be first/second quarter FY17. Remaining aircraft scheduled on an overlapping schedule not to exceed 3 aircraft on the ground or in modification at any one time. APPROACH: Please provide a brief, high-level description of your firm's capability to perform services mentioned above. Describe any airfield, hangar or other capabilities that may be of benefit to this effort. Respondents may assume the following: Group A materials, group B materials, and Multi-role Electro-Optical End-to-end (MEON) test sets will be provided as Government Furnished Equipment/Government Furnished Materials. PAST PERFORMANCE Briefly explain any previous work you have done or are doing for government/civilian customers similar to what this RFI addresses. RESPONSE The information provided may be used by the USAF to consider program planning, phasing and tailored technical requirements. Respondent's inputs should not be restrictive or proprietary if possible. 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. Respondent's participation in the RFI will not affect their 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 USAF is soliciting information on small businesses which could be used to meet the requirements stated. This RFI is an expression of interest only and does not obligate the USAF to pay any proposal preparation and prototype costs or to award any contracts, grants, cooperative agreements, or other transactions. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds. COST ESTIMATES Proprietary cost information may be provided is a separate document appropriately marked from the response as described above. Respondents should provide cost estimates categorized as follows: •1. Per unit/aircraft cost of group A installation for each prototype and kit-proof aircraft. •a. Per unit cost or hours required for aircraft to include ground test support, launch and recovery. •b. Other cost such as program management, administrative, hangar or ramp fees. •2. Per unit/aircraft cost of group A installation for each LRIP aircraft. •a. Per unit cost or hours required for aircraft to include launch and recovery. •b. Other cost such as program management, administrative, hangar or ramp fees. Contracting Office Address: AFLCMC/WKDK 3001 Staff Dr. STE 2AJ 85A Tinker AFB OK 73145-3020 Primary Point of Contact: Tim Gaines Contract Negotiator Email: paul.gaines.1@us.af.mil Phone: (405) 343-7377
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810515R0010/listing.html)
 
Record
SN03752295-W 20150605/150603235539-510e2cf1aca55cd69b48a6bbc9590c9f (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.