SOURCES SOUGHT
16 -- KC-135 Boom Nozzle Bolt Retention - Boom Nozzle Bolt Retention
- Notice Date
- 1/24/2017
- 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
- KC-135NozzleBoltRetention
- Archive Date
- 3/15/2017
- Point of Contact
- Chris L. Matthews, Phone: 405-734-8587
- E-Mail Address
-
christopher.matthews.22@us.af.mil
(christopher.matthews.22@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Boom Nozzle Bolt Retention RFI INTRODUCTION This is a Sources Sought Synopsis in support of Market Research being conducted by the United States Air Force to identify potential manufacturing sources and to determine if this effort can be competitive buy. This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement. The government does not intend to award a contract on the basis of this market research. The KC-135 Legacy Tanker Division located at Tinker Air Force Base is requesting information, pursuant to FAR PART 10, in support of Market Research seeking feasible retention methodologies to eliminate the potential of the boom nozzle assembly hardware from becoming debris in the airstream and to identify potential sources for the manufacture of Boom Nozzle Bolt Retention. DESCRIPTION OF INFORMATION REQUESTED During in-flight refueling operations the KC-135 nozzle fasteners coupling the nozzle to the boom have the potential to shear under high torque loads. The Boom Nozzle retaining bolts can become FOD and damage a receiver aircraft during a brute force disconnect. The bolts are safety wired to each other to eliminate backing out, but are not secure to the boom structure; therefore if the boom nozzle fails during boom disconnect, the bolts become projectiles in the airstream. 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. The method must also pass application-appropriate testing per DO-160G, Environmental Conditions and Test Procedures for Airborne Equipment, to withstand fuel exposure and environmental effects such as heat, cold, salt, and ultraviolet radiation. The quantity of Boom Nozzles expected to be modified is approximately 900 and will be phased into operation through scheduled maintenance. Request pros and cons for each methodology studied as well as cost and schedule impacts for implementation. Provide availability for the proposed method. Give information detailing the availability of the proposed method, i.e. method is available immediately or number of days required for lead time? If method is not available provide best availability estimates for the method(s). 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. The proposed North American Industry Classification Systems (NAICS) Code is 336413, which has a corresponding Size Standard of 1,250 employees. The Government is interested in all businesses to include, Large Business, Small Business, Small Disadvantaged Businesses 8(a)s, Service-Disabled Veteran-Owned Small Businesses, Hubzone Businesses, and Women-Owned Small Businesses. The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code. Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years. Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime, and the work accomplished by the teaming partners. 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 Submit responses along with all supporting documentation directly to: AFLCMC/WKK ATTN: Chris Matthews christopher.matthews.22@us.af.mil 3001 Staff Drive, STE 2AI85A Tinker AFB, OK 73145-3020 Responses must be received no later than 30 day from receipt of this RFI. INTERESTED PARTIES SHOULD ALSO INCLUDE THE FOLLOWING INFORMATION IN THEIR RESPONSE: - Company Name and Address - Cage Code - DUNs Number - Company business size by NAIC code - Small Business Type (s), if applicable - Point of Contact for questions and/or clarification - Telephone Number, fax number, and email address - Web Page URL - Teaming Partners (if applicable) - OEM License/Agreement/Manual Provide any recommendations and/or concerns. Responses and/or questions to this synopsis will be posted through FBO. ** NOTE** Contractor must be registered with Central Contractor Registration 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.ccr.gov or by calling 1-888-227-2423 Contracting Office Address: 3001 Staff Drive, Ste 2AI85A Tinker AFB, Oklahoma 73145-3015 United States
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/KC-135NozzleBoltRetention/listing.html)
- Place of Performance
- Address: 3001 Staff Drive, TAFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04379567-W 20170126/170124234739-e4027634a804880e6fc59ca501546342 (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 |