SPECIAL NOTICE
16 -- HC/MC-130 Recapitalization
- Notice Date
- 11/3/2006
- Notice Type
- Special Notice
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-HCMC130Recapitalization
- Response Due
- 12/1/2006
- Archive Date
- 12/16/2006
- Description
- HC/MC-130 Recapitalization Request for Information Pursuant to FAR 15.209(c) Request for Information or Solicitation for Planning Purposes (Oct 1997) 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. Aeronautical Systems Center?s 668 Aeronautical Systems Squadron is issuing this request for information (RFI) for the purpose of conducting market research to address the need for a medium size transport aircraft to replace the current HC-130 Combat Rescue Tanker operated by Air Combat Command (ACC) and the MC 130P SOF Tanker operated by Air Force Special Operations Command (AFSOC). Responses to this RFI must, as a minimum, identify solutions that fulfill the roles performed by the existing fleet. d. Concept solution should provide Personnel Recovery/Recovery Operations (PR/RO) forces with the capability to conduct in-flight and ground refueling of vertical lift assets. The platforms also have the capability to provide overt/covert airland or airdrop delivery of Pararescuemen and their equipment. In addition, the platform can perform the Airborne Mission Commander (AMC) mission for CSAR. e. The concept solution must be capable of operating in 10 percent worldwide climatic extremes as defined in MIL-HDBK-310., in all environmental regions of the globe (e.g., arctic, desert, mountainous, littoral, tropical, etc.), day or night, during adverse weather conditions, and in a variety of spectrums of warfare to include passing through Nuclear, Biological, and Chemical (NBC) environments. The support and deployment concepts include the capability to operate from main operating bases, forward operating bases, and forward operating locations. The concept solution aircraft must be capable of being refueled by standard AF fixed wing tankers. The platform must be able to operate in the low-to-medium threat environments as they are projected through the year 2035. It must be capable of deploying 3,750 NM with a 15k payload, un-refueled, without immediate strategic airlift support and maintain sustained operations with a minimum of support. The reader?s attention is directed to the Initial Capabilities Document (ICD). This document may be obtained by contacting the person identified in paragraph (h) below. It will be provided only upon request and then only for information purposes. f. The concept solution aircraft should be capable of refueling two rotary wing or one tiltrotor (V 22) aircraft at airspeeds between 100 215 KIAS without reconfiguring the system (to included ground and/or airborne reconfiguration of the drogue); refueling speeds up to 250 KIAS are of interest. The concept solution must also comply with Architecture and Joint Tactical Radio Systems mandates, and also comply with net centric, airborne networking and IP networking architecture. g. Request that respondents provide a description of the proposed concept solutions relative to this requirement; and also include a brief synopsis of your aircraft manufacturing experience, production capacity, aircraft modification experience, software development and integration experience, and systems engineering capabilities, with initial deliveries commencing in 2011. For informational purposes only, assume six aircraft deliveries in the first year. Responses should be received by 1200 EST, 1 December, 2006. h. Responses should be sent to: Mr. John R. Shock, Contracting Officer, email address: John.Shock@wpafb.af.mil. Mailing address is 668 AESS/PK, 1895 Fifth Street, Wright-Patterson AFB, Ohio 45433-7200
- Record
- SN01175815-W 20061105/061103222344 (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 |