Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 20, 2006 FBO #1516
SOURCES SOUGHT

R -- T-38 GEARBOX SEAL IMPROVEMENT

Notice Date
1/18/2006
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Hill AFB OO-ALC, OO-ALC/PKXD 6038 Aspen Ave (Bldg 1289), Hill AFB, UT, 84056
 
ZIP Code
84056
 
Solicitation Number
Reference-Number-FA8211-06-R-AAAA
 
Response Due
2/7/2006
 
Archive Date
4/1/2006
 
Description
Research and Development Source for T-38 Gearbox Shaft Seal Improvement 1.0 SUBJECT: This is an announcement of a Request for Information (RFI). This RFI is issued for the purpose of identifying potential sources capable of developing an improved T-38 Gearbox shaft seal. This is not a solicitation. This is a market survey. This notice does not constitute a Request for Proposal, nor does it restrict the Government as to the ultimate acquisition approach, nor should it be construed as a commitment by the Government. The Government will not reimburse any costs for providing any information, documentation, and/or data submitted or preparation costs for submittals in response to this RFI. In addition, the Government will not pay for any costs associated with participation in demonstrations. Responses are due to this RFI no later than 30 days after posting. 2.0 BACKGROUND INFORMATION: The T-38 Airframe Mounted Accessory Drive (AMAD) gearbox distributes power from the aircraft engine to the generator and hydraulic pump. It has one input shaft and two output shafts. Each shaft currently uses a rubber lip seal. The current seals have a tendency to leak. Some seals leak immediately following installation while others leak after some use. The target service life is 2250 hours. The approximate dimensions are as follows: - Input shaft Seal: OD: 1.87 inch, ID: 1.0 inch, Thickness 0.44 inch. - Output Shaft Seals: OD: 2.0 inch, ID: 0.95 inch, Thickness 0.44inch. - Speed Range: 2000-10,000 RPM 3.0 REQUIRMENTS: The USAF is issuing this request in an effort to identify contractors who are interested and qualified to conduct the following tasks: 3.1. Determine the root cause of seal failure considering effects of wear, age, temperature, maintenance, manufacturing defects, etc. This is to be accomplished through analysis of the application, inspection of gearbox and seal exhibits, and review of maintenance records. 3.2. Develop or identify replacement seals with improved characteristics to increase reliability. Preference shall be given to COTS (Commercial Off-The-Shelf) alternatives. The effect of the new seal on the shafts and the mounting plates shall be minimized. The effect of the new seal on maintenance and depot overhaul procedures shall be minimized. 3.3. Develop a test plan and conduct testing to verify seal performance. The test plan shall consider simulation of real life operating environment, and shall demonstrate the level of improvement of the new seals vs. the current seals. Proper measurement techniques shall be conducted with calibrated equipment. A report shall be provided which details the test plan, procedures followed, equipment used, and results. 3.4. All procurement and maintenance supportability requirements shall be addressed. The technical data required for all future procurement of the seals shall be provided. Technical data for any special tools required for field maintenance and depot overhaul procedures shall be provided. A written description of installation or other maintenance procedures shall be provided. 4.0 SAMPLE RESPONSE OUTLINE: Following is a suggested outline for a response to this RFI. This outline is intended to minimize the effort of the respondent and structure the responses for ease of analysis by the government. Nevertheless, respondents are free to develop their response as they see fit. 4.1 Briefly describe the company, products and services, history, ownership, financial information, and other information deemed relevant. 4.2 Please describe any projects the company has been involved in that are similar in concept to what is described in this RFI. 4.3 A preliminary Rough Order of Magnitude (ROM) estimate for cost and schedule is requested so that the US Government can better prepare for future expenses. Contract award will not be made based on a ROM submitted in response to this RFI. 5.0 DISCLAIMER: This RFI is issued for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked Proprietary will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.202(e), a response to this notice is not an offer and cannot be accepted by the government to form a binding contract. Responders are solely responsible for all expenses associated with responding to this RFI. 6.0 CONTACT INFORMATION Following is the Point of Contact (POC) for this RFI: contracting officer: Michelle Hill office symbol: 508 MASSG/PK address: 6072 Fir Ave, Blg 1233 Hill AFB, UT 84056-5820 email: michelle.hill@hill.af.mil phone: 801-775-2097 Please submit responses via e-mail NLT 20 days after the posting of the RFI, to the POC listed above. Respondants may also provide supplemental hardcopy materials such as brochures, etc. to the POC.
 
Record
SN00968149-W 20060120/060118212212 (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  © 1994-2020, Loren Data Corp.