Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2005 FBO #1357
SPECIAL NOTICE

16 -- Real Time Weight and Balance System

Notice Date
8/12/2005
 
Notice Type
Special Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
Reference-Number-RFIRTWB
 
Response Due
9/15/2005
 
Archive Date
9/30/2005
 
Description
C-130 Real-Time Weight and Balance System (RTW&BS) Request for Information (RFI) This is a request for information and not a solicitation. INTRODUCTION: The Government is interested in obtaining information concerning a C-130 RTW&BS. This program includes efforts to design, develop, manufacture, install and test one C-130 RTW&BS. HQ AMC has determined the need for RTW&BS capability on the C-130 aircraft. All manufacturers that propose a bid to design and build the RTW&BS must have a Federal Aviation Administration certificate that certifies the company to design and build equipment that will be used on airborne aircraft. The vendor must also comply with all military specifications on material used in the system. Upon completion of the effort, all designs, drawings and proprietary rights to the project will be relinquished and turned over to the United States Air Force. 1. SCOPE. This request for information is directed to competitive potential prime contractors who have demonstrated experience in the design, development, integration, and test of airworthiness certified aircraft modifications. The Government will use the information gathered in response to this RFI to refine the strategy for the development of the C-130 RTW&BS. Further, this information will help the Government structure a program that will mitigate cost, schedule and performance risks. 2. OBJECTIVES. The main objectives in this project are as follows: 1. Better attain information for meeting a current requirement (AF1067-AMC 04-226) 2. Design and build one airworthy and certified RTW&BS prototype. 3. REQUIREMENTS. The Onboard Weight and Balance System shall have real time capability for determining the weight and center of gravity (CoG) of the C-130 aircraft prior to flight. The following are operational and aircraft system specifications or limitations applicable to the design and development of this System: 3.1 Operational: The weight of an aircraft is determined through a combination of actual weighing, accurate record keeping, and proper use of the aircraft?s ?5 series technical orders (TOs). Floor loading is the weight, in pounds, of a load divided by area of floor on which it rests. The aircraft?s ?5 and ?9 series TOs usually specify the floor loading limits and/or weight limits for the various aircraft compartments. System capability shall provide for aircraft gross weights within the range of 70,000 lbs to 180,000 lbs. 3.1.1 The System shall demonstrate the capability to repeatedly and consistently determine the weight and CG values to within an accuracy of +/- 1%. 3.1.2 The System shall have the capability to accomplish and display a typical weight and CoG calculation within two minutes, as well as the capability to repeat the calculation process within a five minute recovery period. 3.2 Airframe: For design purposes, the System shall be capable of interfacing with the basic C-130E or C-130H aircraft configurations. 3.3 Landing gear: The integrity of the landing gear system shall not be altered to the extent that the operational capability of the landing gear system is compromised or negatively affected. Although landing gear parameters, characteristics, stresses, etc. may be monitored or cycled as part of the System?s analytical process, the landing gear struts shall not be modified in any way that would alter or change the existing strut configuration. 3.4 Hydraulics: Hydraulic power for operation of the System (if required) is available from the aircraft auxiliary hydraulic system. The output of the auxiliary hydraulic pump is 6.0 GPM @ 3,000psi. The approximate volume of this hydraulic system is 6.6 gal. 3.4.1 Interconnections to the aircraft hydraulic system shall incorporate a remotely operated isolation feature capable of separating the two systems in the event of an emergency or unanticipated need for auxiliary hydraulic power. 3.4.2 Interconnection or isolation of the two systems shall not compromise the capability of the auxiliary hydraulic system to perform its normal operation. 3.4.3 In the event the System design utilizes an integral hydraulic power source, such a system shall be completely ?closed? (i.e., it shall operate independently from the aircraft?s hydraulic system so that respective hydraulic fluids do not intermix). Electrical: The System shall be compatible with existing C-130 electrical systems. The power available is 28-volt DC, as well as 400 HZ, 115-volt, 3-phase AC. Since the need for weight and balance values are likely to be required without aircraft engines running, it shall be assumed that the electrical power available will be that limited by the aircraft?s auxiliary power unit (APU), Gas Turbine Compressor (GTC) or electrical power cart. 4. GENERAL INFORMATION. Note: FAR Clause 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) applies as follows: (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18?bid and proposal costs?of the Federal Acquisition Regulation. (b) Although ?proposal? and ?offeror? are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Obtaining information only for the C-130 RTW&BS. 5. GENERAL CAPABILITY QUESTIONS a) Describe your company?s past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). b) Describe your company?s capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for deliverable items. c) Are there specific requirements in the documentation that we provide that would currently preclude your product from being a viable solution to our requirement? 6. COST: 1. Ultimately, the feasibility of designing and installing the C-130 RTW&BS will be best value evaluation. a) For your C-130 RTW&BS approach, what capabilities and/or components are expected to be the major contributors to the cost? b) What are the proposed techniques/methods for controlling production costs? c) Cost case study. o Cost for Non-Recurring Engineering (NRE) o Cost for Data (to include engineering drawings, technical data and operation/maintainability data) o Cost for a Trial Install (to include testing and one unit) o Cost for Kit Proof o Cost for Airworthiness certification 7. MILESTONE METRICS: 1. NRE 2. Trial Install Kit development 3. Trial Install and testing 4. Airworthiness Certification 5. Data 6. What other types of performance/measurements or objectives do you feel are appropriate for this type of effort? 8. MISCELLANEOUS: Please provide any additional feedback you feel is relevant in the developing of this requirement. PLEASE PROVIDE 1 PAPER COPY AND 1 ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT BELOW BY 15 SEPTEMBER 2005. CONTACT INFORMATION: PCO: WR-ALC/LBKB Attn: Misty Holtz 330 TASG/ LBKB, 235 Byron St. Ste 19A Robins AFB GA 31098-1670 E-Mail: misty.holtz@robins.af.mil Note: The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with this submittal of the request for information. This RFI does not constitute an Invitation for Bid or a Request for Proposal, nor should it be considered as a commitment on the part of the Government.
 
Record
SN00869387-W 20050814/050812212254 (fbodaily.com)
 
Source
FedBizOpps.gov 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  © 1994-2020, Loren Data Corp.