|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269ASC/LUK, 2275 D St, Suite 16, Wright-Patterson AFB, OH 45433- 7333 16 -- MC-130H COMBAT TALON II AERIAL REFUELING POD SOL
F33657-99-R-0001 DUE 040599 POC Program Manager, Mark Stermer, (937)
255-4338/Contracting Officer, Mike Rief, (937) 255-2974 The MC-130H
Combat Talon II (CT-II) Contracting Division (ASC/LUMK) at Headquarters
Aeronautical Systems Center, Wright-Patterson Air Force Base, Ohio,
anticipates releasing by 5 Mar 99 a solicitation for a
non-developmental, wing-mounted, hose and drogue aerial refueling pod,
capable of meeting the requirements defined in the Headquarters, Air
Force Special Operations Command (AFSOC) Operational Requirements
Document (ORD), 004-97-I, dated 22 Sep 97. ASC/LUMK intends to award a
new sole-source, firm fixed price contract, to Flight Refuelling
Limited (FRL), Brook Road, Wimborne, Dorset, United Kingdom. This award
will be made under the congressionally approved Foreign Comparative
Testing (FCT) Program. The estimated award date for this contract is
June 1999. The Justification for Other Than Full and Open Competition
is that only FRL is capable of satisfying user requirements. This
synopsis is for information purposes only. See Note 22. A copy of the
ORD can be found on the Internet at
http://www.pixs.wpafb.af.mil/pixs/pixslibr/sof/rfp.htm (ORD is located
at Attachment 8). The pod must, as an absolute minimum, provide the
following capabilities: (1) Be capable of refueling all current and
planned Special Operations Forces (SOF) vertical lift aircraft,
including all current SOF helicopters and tilt rotor aircraft, such as
the CV-22. (2) It must be able to transfer all aviation fuels used by
the MC-130H, adapting to different aviation jet fuel types useable by
the MC-130H while still accurately computing transfer rates and fuel
off-loads. (3) It must be able to accomplish in-flight refueling of
receiver aircraft through a speed range of 95 knots equivalent airspeed
(KEAS) to 180 KEAS without requiring the aircraft to land to
reconfigure or replace the drogue. (4) It must be able to
simultaneously transfer 150 gallons per minute to each of two SOF
receiver aircraft at less then receiver proof pressures, without
extensive modification to the current MC-130H fuel transfer system, or
use of a cargo compartment tank pump system. (5) The pod lighting
system(s) must support both day and night operations. Night operations
will be conducted with either natural vision or with the aid of night
vision devices. Therefore, lighting must be compatible with current
night vision goggle (NVG) technology. (6) Finally, the pod must not
prevent the MC-130H from performing all current operations, to include
terrain following flight, airdrop, NVG landings, and in-flight
refueling from KC-135 or KC-10 aircraft, with the ARS installed.
Desired capabilities described in the AFSOC ORD include improved system
reliability and maintainability. For example, a demonstrated
reliability of greater than 200 pod operating hours between critical
failures is desired. Also, the system should provide a mean repair time
of less then 3.88 hours. System modularity, built-in-test capability,
and accessibility are key features that shall be provided to assist in
maintenance of the pods. In addition, maximum use of equipment
(including support equipment), currently available within the USAF
inventory is desired in order to maintain commonality with the USAF
logistics system. Routine communication concerning this acquisition
should be directed to the points of contact listed below. Mr. Stephen
J. Plaisted has been appointed as Ombudsman to hear concerns from
offerors, or potential offerors, during the proposal development. The
purpose of the Ombudsman is to communicate contractor concerns, issues,
disagreements, and recommendations to the appropriate government
personnel. Existence of an Ombudsman does not diminish the authority of
the program director or the contracting officer. Accordingly, the
Ombudsman does not participate in the preparation of solicitations, the
evaluation of proposals, or the source selection process. Therefore,
for routine matters on individual solicitations, please contact Mr.
Mike Rief at (937) 255-2974,or, via e-mail,
michael.rief@asclu.wpafb.af.mil. When requested, the Ombudsman will
maintain strict confidentiality as to the source of the concern. Should
you desire to contact the Ombudsman, Mr. Plaisted can be reached at
(937) 255-9095. Interested firms should submit their request for a copy
of the solicitation in writing to ASC/LUMK, ATTN: Mr. Mike Rief, Room
142, 2275 D St., Wright-Patterson AFB, OH 45433-7233. Technical
questions can be addressed to Mr. Mark Stermer, ASC/LUMA, at (937)
255-4338, or, via e-mail, mark.stermer@asclu.wpafb.af.mil. This
synopsis is for information purposes only. See Note 22. Posted 01/22/99
(W-SN290222). (0022) Loren Data Corp. http://www.ld.com (SYN# 0184 19990126\16-0013.SOL)
16 - Aircraft Components and Accessories Index Page
|
|