Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2013 FBO #4129
SOURCES SOUGHT

16 -- KC-135 Boom Nozzle Bolt Retention - Mar 13 RFI Boom Nozzle Bolt Retention

Notice Date
3/13/2013
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
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
FA8105-Mar13RFIBoomNozzleBoltRetention
 
Archive Date
4/30/2013
 
Point of Contact
Lori K Ivester, Phone: 405-736-7502, David B Gunnels, Phone: 405-736-7290
 
E-Mail Address
Lori.Ivester@tinker.af.mil, david.gunnels@tinker.af.mil
(Lori.Ivester@tinker.af.mil, david.gunnels@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Mar 13 RFI Boom Nozzle Bolt Retention INTRODUCTION This is a Request for Information (RFI) for the Boom Nozzle Bolt Retention Program issued by the KC-135 Contracting Office, AFLCMC/WKKPA at Tinker Air Force Base. There is no solicitation available at this time. This RFI is published for Market Research purposes only. The United States Air force is seeking feasible retention methodologies to eliminate the potential of the boom nozzle assembly hardware from becoming debris in the airstream. DESCRIPTION OF INFORMATION REQUESTED Assistance is required to determine appropriate retention methodologies to eliminate the potential of the boom nozzle assembly hardware becoming debris in the airstream and to generate appropriate engineering/technical data to implement the methodology on KC-135 boom nozzle assemblies. The Boom Nozzle Bolt Retention method must not interfere with normal KC-135 refueling missions on any receiver aircraft, impact any existing boom nozzle to receptacle clearance and/or reduce the existing boom envelope which currently exists for each receiver (current azimuth and elevation limits). The method must be compatible with all different types of receiver receptacles and satisfy STANAG 7191. Request pros and cons for each methodology studied as well as cost and schedule impacts for implementation. The Government requests non-proprietary information is 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. The Government will neither award a contract solely on the basis of this Request for Information nor will it reimburse the respondent for any costs associated with preparing or submitting a response to this notice. This RFI does not constitute a Request for Quotation (RFQ), Request for Proposal (RFP) or an Invitation for Bid (IFB), nor does this issuance restrict the Government's acquisition approach. The Government reserves the right to reject in whole or in part any industry input as a result of this announcement. DISCLAIMER This RFI is issued solely for information and planning purposes and does not constitute a solicitation. In accordance with FAR 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Respondents are solely responsible for all expenses associated with responding to this RFI. Responses to this RFI will not be returned. Respondents will not be notified of the result of the review. All responses must be unclassified. Participation in this RFI is optional and not required in order to respond to any subsequent procurement this Contracting Agency may take. Any information used will be on a non-attribution basis. Restrictions that would limit the Government's ability to use the information for these purposes are of limited value to the Government and are discouraged. There is no commitment by the Government to issue a solicitation, to make an award or awards, or to be responsible for any monies expended by any interested parties in support of any effort in response to this RFI. Any information submitted in response to this RFI is strictly voluntary. This RFI is strictly for information planning purposes and the Government will not pay or otherwise reimburse respondents for information submitted. All documentation shall become the property of the Government. Unless otherwise stated herein, no additional information is available. RESPONSE Responses shall address: Appropriate retention methodologies Cost and schedule impacts for implementation Any suggestions that satisfy airworthiness requirements INTERESTED PARTIES SHOULD ALSO INCLUDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: Company Name and Address CAGE Code (if available) Point of Contact Business Size (i.e. Large/Small business, Small Disadvantaged Business, 8(a) concerns, Minority owned entity U.S. or Foreign Owned Entity ** NOTE** Contractor must be registered with the System for Award Management to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.sam.gov. CONTACT INFORMATION Submit response (along with any supporting documentation) directly to: AFLCMC/WKKPA Attn: Lori Ivester Alt: David Gunnels 3001 Staff Dr. STE 2AH 85A Tinker AFB, OK 73145-3020 Or, respondents may respond via electronic transmission (e-mail) to Lori.Ivester@tinker.af.mil, Phone 405-736-7502 or David.Gunnels@tinker.af.mil, Phone 405-736-7290. Questions should be directed to above mentioned. PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TOT HE POINT OF CONTACT LISTED ABOVE NO LATER THAN COB 15 APRIL 13. Responses must be formatted to 8.5 x 11 paper with font no smaller than 10 point.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105-Mar13RFIBoomNozzleBoltRetention/listing.html)
 
Place of Performance
Address: United States
 
Record
SN03011059-W 20130315/130313234900-a33cb7399081b6d05bc0059d1be6ee0f (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.