Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 04, 2006 FBO #1712
SOURCES SOUGHT

16 -- Air Refueling Pods and Pylons

Notice Date
8/2/2006
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8629-04-C-2350
 
Response Due
8/18/2006
 
Archive Date
9/2/2006
 
Description
Interim Capability Aircraft General Information Document Type: MOD Posted Date: Category: Aircraft and Airframe Structural Components Set Aside: N/A Contracting Office Address Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218 Description Air Refueling Pods and Pylons. This sources sought synopsis is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements for production of ten (10) MC-130H air refueling pods. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/ Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this sources sought synopsis. INSTRUCTIONS: Below is a description of the refueling pods? capability requirement, which allows you to provide your company?s capability. The government anticipates purchasing 10 electronically controlled pods. 52 pods have been previously purchased from Flight Refuelling Limited (FRL), Wimborne, United Kingdom. The delivery is Feb 2008. Anticipate this will be a commercial acquisition. Re-procurement data is not available. There is no development funding available. Based on current knowledge the government believes that FRL is the only source capable of providing the required capability. Interested parties shall provide pods that posses the following capabilities. 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 reconfigure or replace the drogue. (4) It must be able to simultaneously transfer 150 gallons per minute to each of two SOF 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 systems(s) must support both day and night operations. Night operations will be conducted with either natural visions 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 of KC-10 aircraft with the ARS installed. If, after reviewing this information, you desire to participate in responding to this sources sought, you should provide documentation that supports your company?s capabilities in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Both large and small businesses are encouraged to participate in this sources sought research. Joint ventures or teaming arrangements are encouraged. Questions relative to this sources sought synopsis should be submitted to Mrs. Lisa Martin and Mr. John R. Shock at lisa.martin@wpafb.af.mil and john.shock@wpafb.af.mil. Phone contact information for these persons is (937) 255-2883, (937) 255-3768, respectively. The purpose of this sources sought research is to analyze industry capabilities to manufacture and deliver the aircraft in-flight refueling pods for the HC-130 air craft. The government will be pursuing a firm, fixed price contract for this effort. Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company/Institute Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Small Business (Yes / No) Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). General capabilities and concepts should be submitted on CD-R in an electronic format that is compatible with Microsoft Windows and Office 2003. This CD should be provided to lisa.martin@wpafb.af.mil, 668 AESS/PK at the address below not later than 18 August 2006. The CD and cover label should be marked "Proprietary/Competition Sensitive Information." Also, two paper copies of the response should be submitted unbound in three-ring binders and must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font size shall be no less than 12 point. Use at least 1-inch margins. For page counting purposes, double-sided pages shall be treated as two pages. Contractor paper copy submittals shall not exceed 15 pages in length. No classified information should be included in contractor submittals. 668 AESS Attn: Mrs. Lisa Martin 1895 5th Street, Bldg 46 Wright-Patterson AFB, OH 45433-7200 Questions relative to this sources sought research should be addressed to Mrs. Lisa Martin and sent by E-mail to lisa.martin@wpafb.af.mil. Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise). IC Specific Capability Questions Describe briefly your past C-130 work experience. Does your company have C-130 support equipment available? What is the earliest production start date achievable upon contract award? What is your company?s maximum production capacity? Capability and availability of facilities? Provide information on any facility reserves you may possess to increase production capacity. What would be a rough order of magnitude (ROM) of cost for this effort given the hours estimated and the government providing the aircraft and systems GFE? Original Point of Contact Place of Performance Address: 668 AESS/PK, Attn: Mrs. Lisa Martin and Mr. John R. Shock, 1895 5th Street, Bldg. 46, Wright-Patterson AFB, OH 45433-7200, USA
 
Place of Performance
Address: Department of the Air Force, Air Force Material Command, ASC-Aeronautical Systems Center, 1895 Fifth Street, Wright Patterson AFB, OH
Zip Code: 45433-7200
Country: UNITED STATES
 
Record
SN01104246-W 20060804/060802220930 (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.