Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1999 PSA#2269

ASC/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