Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 23, 2016 FBO #5356
SOURCES SOUGHT

K -- Real Time Information in the Cockpit (RTIC) Program

Notice Date
7/21/2016
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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
KC-135_RFI
 
Point of Contact
Amy Younger, Phone: 4057364011, David B Gunnels, Phone: 405-736-7290
 
E-Mail Address
amy.younger@us.af.mil, david.gunnels@us.af.mil
(amy.younger@us.af.mil, david.gunnels@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NAICS: 336411 REQUEST FOR INFORMATION This is a Request for Information (RFI) for market research purposes issued by the C/KC-135 Contracting Branch, AFLCMC/WKDK at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information on small business industry sources capable of providing aircraft modification installation, general ground support, ground test support, aircraft launch and recovery services for the C/KC-135 aircraft. This RFI is directed at small businesses only. PURPOSE The purpose of this request for information (RFI) is to solicit small business industry options for providing aircraft modification installation, general ground support, ground test support, aircraft launch and recovery services for the C/KC-135 aircraft program office in support of the KC-135 Real Time Information in the Cockpit (RTIC) program. THIS IS A REQUEST FOR INFORMATION ONLY: This RFI is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotations) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This RFI does not commit the Government to contract for any supply or service whatsoever. Furthermore, we are not seeking proposals at this time. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI. All costs associated with responding to this RFI will be solely at the responding party's expense. The Government requests that non-proprietary information be 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. BACKGROUND The KC-135 aircraft requires installation services to install group A and group B modification kits to support the Real Time Information in the Cockpit modification. The group A modification kit includes the installation of wiring, interface panel, antennas (3 Each), and antenna supporting structures. The group A and B are similar to existing KC-135 installations to include Roll-on/Roll-Off Beyond Line of Sight Enhancement (ROBE), Demand Assigned Multiple Access (DAMA), and Command and Control Information System (C2IS). An understanding of these modifications is highly desirable for risk mitigation. REQUIREMENTS: 1. 48 CFR 252.228-7001 - Ground and flight risk clause will apply to this effort. 2. Aircraft functional check flight (FCF) is not required. 3. The touch labor for the RTIC group A and group B installation is estimated at 530 hours per aircraft. Touch labor can be assumed to be 50% Structural, 50% Electrical/Avionics. 4. All aircraft will require pin to pin continuity check following group A wiring installation. 5. All aircraft will require ground operational check following installation which will include operating ultra-high frequency (UHF) satellite communications, UHF Situational Awareness Data Link and/or Link-16 radios. 6. Facilities: Office space to support 8-10 government and/or contractor personnel. 200 sq.ft of storage floor space for kits/components (enclosed lockable). 7. Notional aircraft input schedule: a. Prototype aircraft: First aircraft notional scheduled to input third/fourth quarter fiscal year 2017 (FY17). Prior to aircraft return to home station aircraft may be used by the government for ground testing and to validate technical data for an estimated duration of 3 weeks. Second aircraft notional scheduled to input 21 days after the first prototype aircraft input. b. Separate option for Low Rate Initial Production (LRIP) 12-14 aircraft total. i. Kit-proof aircraft: Notional scheduled to input 60 calendar days prior to first LRIP aircraft input. ii. First LRIP aircraft is notional scheduled to input will be third/fourth quarter (FY18). iii. Remaining aircraft scheduled on an overlapping schedule not to exceed 3 aircraft on the ground or in modification at any one time. APPROACH: Please provide a brief, high-level description of your firm's capability to perform services mentioned above. Describe any airfield, hangar or other capabilities that may be of benefit to this effort. Describe any business arrangements that may be of benefit to this effort. This RFI is focused solely on labor services to include aircraft modification installation, general ground support, ground test support, aircraft launch and recovery support. Respondents may assume that all materials, Group A, and group B kits will be provided as GFE/GFM. PAST PERFORMANCE Briefly explain any previous work you have done or are doing for government/civilian customers similar to what this RFI addresses. RESPONSE The information provided may be used by the USAF to consider program planning, phasing and tailored technical requirements. Respondent's inputs should not be restrictive or proprietary if possible. Although the identification of contributing companies will not be divulged outside the Government, the Government reserves the right to use in whole or part any industry information that is received as a result of this RFI. Respondent's participation in the RFI will not affect their company's position during any solicitation, nor will this RFI be used as criteria for the prequalification of respondents for future solicitations. Through this RFI the USAF is soliciting information on small businesses which could be used to meet the requirements stated. This RFI is an expression of interest only and does not obligate the USAF to pay any proposal preparation and prototype costs or to award any contracts, grants, cooperative agreements, or other transactions. Respondents are advised that only an Air Force Contracting Officer is legally authorized to commit the Government to the obligation of funds. COST ESTIMATES Proprietary cost information may be provided in a separate document appropriately marked from the response as described above. Respondents should provide cost estimates categorized as follows: 1. Per unit/aircraft cost of system installation for each prototype and kit-proof aircraft to include. a. Per unit/aircraft cost for touch labor hours required for aircraft to include ground test support, launch and recovery. b. Other cost such as program management, administrative, hangar or ramp fees. 2. Per unit/aircraft touch labor cost of system installation for each LRIP aircraft to include. a. Per unit/aircraft cost or hours required for aircraft to include launch and recovery. b. Other cost such as program management, administrative, hangar or ramp fees. Contracting Office Address: AFLCMC/WKDK 3001 Staff Dr. STE 2AI 85A Tinker AFB OK 73145-3020 Primary Point of Contact: Amy Younger Contract Negotiator Email: AMY.YOUNGER@US.AF.MIL Phone: 405-736-4011
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/KC-135_RFI/listing.html)
 
Record
SN04192033-W 20160723/160722000219-92d29353c0971bd5dc1721b1d8f56cc1 (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.