SOURCES SOUGHT
16 -- Request Information for T-38A/C Anti-Skid Capability
- Notice Date
- 3/20/2014
- Notice Type
- Sources Sought
- NAICS
- 518210
— Data Processing, Hosting, and Related Services
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC / AFSC / AFNWC - HILL AFB, ., Hill AFB, Utah, 84056, United States
- ZIP Code
- 84056
- Solicitation Number
- FA8211-14-R-T38B
- Archive Date
- 5/6/2014
- Point of Contact
- kimberlene S.C. Butler, Phone: 801-775-3801
- E-Mail Address
-
kimberlene.butler@hill.af.mil
(kimberlene.butler@hill.af.mil)
- Small Business Set-Aside
- N/A
- Description
- THIS IS A REQUEST FOR INFORMATION ONLY. THIS REQUEST IS FOR PLANNING PURPOSES, AND DOES NOT CONSTITUTE AN INVITATION FOR BIDS, A REQUEST FOR PROPOSALS, A SOLICATION, A REQUEST FOR QUOTES, OR AN INDICATION THE GOVERNMENT WILL CONTRACT FOR THE ITEMS CONTAINED IN THIS NOTICE. THE GOVERNMENT DOES NOT REIMBURSE RESPONDENTS FOR ANY COSTS ASSOCIATED WITH SUBMISSION OF THE INFORMATION BEING REQUESTED OR REIMBURSE EXPENSES INCURRED TO INTERESTED PARTIES FOR RESPONSES. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THE RFI OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This announcement constitutes an official Request for Information (RFI). This is not a Request for Proposal (RFP) or an Invitation for Bid (IFB), nor is it to be construed as a commitment by the government. 1. Purpose: The purpose of this RFI is to gather comments and identify potential sources, materials, timeframe, and approximate costs to test, produce and implement anti-skid on 507 T-38 aircraft to increase breaking capability. This is not to redesign the entire breaking system, but to add anti-skid capability with minimal modification to the existing system. 2. Background: The T-38 System Program Office (SPO) requires an industry response regarding innovative or diverse technology to optimize the design for the breaking system/landing gear. The current breaking system lacks anti-skid breaking capability. The T-38 is the only aircraft in the fleet without anti-skid, and has resulted in the loss of seven aircraft and two pilot fatalities. Numerous attempts have been made to evaluate existing materials and redesign a breaking system/landing gear with anti-skid. However, all attempts have been cancelled due to cost. The T-38 is still in need of improved stopping performance to increase safety during rollouts and rejected takeoffs. The T-38 program office is seeking cost-effective solutions to the issue. 3. Scope of Task: • Develop a new state of the art technology that will add an anti-skid capability to the T-38 while making minimal modifications to the existing landing gear/breaking system, hydraulics, valves, fluids, electronics, software, adapters, etc. • Anti-skid addition should match or improve stopping distance performance under every reasonable operating condition (wet/dry runway, heavy/light aircraft, etc.) • Anti-skid addition should not decrease current reliability/maintainability • Add no more than 25 lbs. in additional weight. • Materials must be manufactured in accordance with aviation industry standards, design specifications, requirements, and tolerances. • The contractor's response to the RFI should include estimates of increased breaking performance • The contractors response should include proper schedule estimates, non-recurring costs, cost per unit, and costs to retrofit 507 A/C 4. Information/Format: Potential offerors willing to become a qualified source must be able to submit a Source Approval Request (SAR). Potential offerors shall provide information on relevant performance history and/or evidence of capability to satisfy this type of requirement, to include the NSN or PN (if existent). Potential offerors will demonstrate the offeror's infrastructure and integration capability to provide all aspects of this task to include but not limited to the following: • Manufacturing aircraft components, specifically aircraft landing gear/breaking systems • Previous government projects/qualification/approval/contract by similarity • Other pertinent data concerning your qualification to manufacture the required item. Please submit electronically your response in an executive summary format not to exceed 10 pages. If your response includes information you consider proprietary, please mark the information in accordance with regulatory guidance. Please do not include company brochures or other marketing information. Final vendor RFI responses are due by close of business 21 April 2014. The government does not intend to make an award on the basis of this RFI or otherwise pay for the information solicited herein. For questions, comments or RFI response, please contact: Attn: Kimberlene Butler Contracting Specialist/Negotiator DSN 775-3801 Com 801-775-3801 6072 Fir Ave, Bldg 1233 HAFB UT 84056-5820 Kimberlene.Butler@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OOALC/FA8211-14-R-T38B/listing.html)
- Record
- SN03315605-W 20140322/140320234649-cf8155ed344a0efaa2034cb432b3de19 (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 |