SOURCES SOUGHT
C -- B-2 Replacement Ejection Seat
- Notice Date
- 1/8/2009
- Notice Type
- Sources Sought
- NAICS
- 541330
— Engineering Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 7980 Lindbergh Landing, Brooks City-Base, Texas, 78235-5119, United States
- ZIP Code
- 78235-5119
- Solicitation Number
- B-2_Replacement_Ejection_Seat
- Archive Date
- 1/31/2009
- Point of Contact
- Alice P. Sanders,, Phone: 210-536-3992, Kathy Islas,, Phone: 210-536-6386
- E-Mail Address
-
alice.sanders@brooks.af.mil, kathleen.islas@brooks.af.mil
- Small Business Set-Aside
- N/A
- Description
- This is a Sources Sought Synopsis (SSS). This synopsis neither constitutes a Request for Proposal, nor does it restrict the Government to an ultimate acquisition approach. This synopsis should not be construed as a commitment by the Government for any purpose. Requests for a solicitation will not receive a response. The Government will not pay for any information that is submitted by respondents to this Sources Sought Synopsis. This Sources Sought Synopsis is in support of a market survey being conducted by the 77 Aeronautical Systems Group, Contracting Division (77 AESG/PSK), Brooks City-Base TX. The 77 AESG is seeking sources for a requirement to acquire coherent, technically consistent, engineering and manufacturing development support that will enhance the survivability of aircrew members through improved performance, maintainability, and availability of the B-2 ejections seat, without aircraft modification. The principal goals of this effort is to qualify a replacement B-2 ejection seat that will keep pace with aircraft operational mission requirements, and address aircrew safety issues associated with high-speed/high altitude operating environments. Additionally, this effort will allow for an increase in ejection seat capability to support an expanded anthropometric aircrew range, extended ejection envelope for altitude and speed, and an improved maintainability capability that significantly reduces ejection seat maintenance downtime, resulting in increased aircraft operational availability. The respondent will develop, design, and build prototypes test articles that will demonstrate that their replacement ejection seat - can be retrofitted at field-level to subject aircraft without any aircraft modification. The seat must utilize existing CAD\PAD, rocket and ballistics accessories that are used with the current B-2 ejection seat. In addition, the replacement B-2 ejection seat must meet JSF neck load requirements. Also, the seat shall be able to be removed from the aircraft without removal of the aircraft hatch. The respondent must provide full documentation which shows that the seat has been successfully tested upto 600 KEAS. The respondent shall furnish all plant facilities, labor, equipment, special tools, test equipment, and materials. Government drawings, tooling, and facilities to manufacture these replacement B-2 ejection seats are not currently available. The respondents shall be willing to provide seat manufacturing data to the Government with unlimited data rights. Respondents shall include a separate cost estimate/Rough Order Magnitude (ROM) for this data in their response. In addition, respondents shall provide evidence/data of all developmental testing of their designed B-2 ejection seat. Formal responses to this SSS should also furnish the following information: (1) Company name, address, point of contact, telephone number and e-mail address. (2) Business size (if 8(a) provides proof of certification, etc) under North American Industry Classification System (NAICS) 541330. (3) Under which NAICS does your company usually provide services identified above? Please include the rational for your answer. (4) Which of the following would you see as your role in the performance of this potential requirement? (a) Prime Contractor; (b) Subcontractor; or (c) Other, and please describe. (5) Type of contract will be Cost-Plus-Fixed-Fee (CPFF). (6) Please comment and make recommendations of the optimum length of the total contract performance period based on your experience with services of this nature. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PAY FOR ANY ITEMS/SERVICES FOR THE INFORMATION RECEIVED. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. PLEASE NOTE THAT TELEPHONE REQUESTS WILL NOT BE HONORED. All questions must be submitted in writing and forwarded to the points of contacts: Contracting Officer, Ms. Alice P. Sanders, 210-536-3992 (alice.sanders@brooks.af.mil) and Program Manager, Lt. Chuck A McLeod, 210-536-9009 (chuck.mcleod@brooks.af.mil).
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=d0450f16ab614866304820d2b445a51c&tab=core&_cview=1)
- Place of Performance
- Address: Contractor's facility, United States
- Record
- SN01728825-W 20090110/090108214832-d0450f16ab614866304820d2b445a51c (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 |