Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 22, 2006 FBO #1699
SOURCES SOUGHT

16 -- KC-135 Palletized Latrine System

Notice Date
7/20/2006
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, OK, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA8105-05-R-Latrine
 
Response Due
8/9/2006
 
Archive Date
8/24/2006
 
Description
REQUEST FOR INFORMATION (RFI) Palletized Latrine for the C/KC-135 PURPOSE The 827th ACSG Contracting Office, Tinker AFB, OK, is conducting market research to determine estimated cost, schedule, and performance parameters to manufacture a palletized latrine that meets the airworthiness certification criteria for use on the C/KC-135 aircraft. The palletized latrine will be loaded on the aircraft through the cargo door and it will have sufficient capacity to support 11 people for up to 14 hours, without servicing. Since the KC-135 is considered a fuel vapor area, non-electrical powered toilet(s) is preferred. DESCRIPTION The palletized latrine can consist of multiple toilets (to attain capacity requirement) attached to a HCU-6/E pallet that will be secured on the aircraft at pallet location 6 and serviced through the aft hatch. The HCU-6/E pallet is 108? x 88? per Mil-DTL-27443 Type 1. The pallet has a usable area of 104? x 84? and a loadable height of 65 inches. Some type of pan is required beneath toilet(s) to catch any spills. The palletized latrine will have no doors or walls. The toilet(s) should be serviceable without removing the pallet from the aircraft. Images and documents to aid in the response to this RFI are attached under ALL FILES as follows: Attachment #1: KC-135 Pallet Layout Attachment #2: General Specification for C/KC-135 Tailored Airworthiness Certification Criteria (TACC), Version 2.0 dated 23 Dec 02 Attachment #3: Mil-DTL-27443 Pallets, Cargo, Aircraft Types HCU-6/E and HCU-12/E RESPONSE Responses shall address: 1. Performance parameters, to include design and installation recommendations 2. Approximate cost information (ROM) 3. Start-to-finish schedule estimates Interested firms should also include the following in their response: -Company Name and Address -CAGE Code -Point of Contact -Size of Business (i.e. Large/small business, Small Disadvantaged Business, 8(a) concern, Minority-owned business) -U.S. or Foreign Owned Entity Submit response, along with any supporting documentation to: 827th ACSG/PK Attn: Mr. Dann Pettit 3001 Staff Dr., STE 2AI845A Tinker AFB, OK 73145-3020 Or, respondents may wish to respond via electronic transmission (e-mail) to: dann.pettit@tinker.af.mil . Responses must be received no later than 09 Aug 06, 5PM EST. Documents must be formatted to 8.5 x 11? paper with type no smaller than 10 pitch. DISCLAIMER This RFI is not an offer to do business with the Government. This RFI is issued solely for information and planning purposes 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 15.201(e), responses to this notice are not offers 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. Questions should be directed to Mr. Dann Pettit via email or call 405-739-2572 directly. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by calling 1-888-227-2423, or via the Internet at http://www.ccr.gov.
 
Place of Performance
Address: To Be Determined
Zip Code: 73145
Country: UNITED STATES
 
Record
SN01093960-W 20060722/060720221049 (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.