Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 06, 2006 FBO #1836
SOURCES SOUGHT

16 -- RFI- Proposed Block 45 Modification Program, C/KC-135 Aircraft

Notice Date
12/4/2006
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
31DEC06
 
Response Due
12/31/2006
 
Archive Date
1/15/2007
 
Description
PURPOSE: The Department of the Air Force, Tinker AFB, seeks qualified firms who have the technical expertise, systems integration ability, and capability to provide any or all Block 45 modifications (Real Time Information in Cockpit Spiral 1, Radar Altimeter, Night Vision Imaging System, Digital Flight Director, and Aeromedical Evacuation) per descriptions provided for KC-135R/T aircraft. It is the governments intent to acquire all systems as a complete package to be installed in block format. The firms should be well established and have a history of providing such systems. This information is for the purpose of identifying potential sources and does not commit the government to make an award and/or issue a solicitation. Interested and qualified firms should submit pertinent information on their capabilities to provide the above mentioned systems, including company name, address, telephone number, and contact point. Potential sources must be able to provide for full integration capability with existing Block Modifications of systems to include Avionics, Communications, GATM, and future modification efforts relating to Integrated Global management and en-route management of assets and resources, which are in work at this time. It is considered critical for any potential source/firm to be able to work in a cooperative/collaborative environment with other sources/firms to insure total integration into the weapon system. Each potential source/firm is hereby advised of a probable requirement to work with other contractors to successfully accomplish the Block 45 Modification effort. DESCRIPTION: The proposed Block 45 Modification effort is a planned upgrade to the C/KC-135 aircraft. This total effort (at present) consists of RTIC Spiral 1, Radar Altimeter, Night Vision Imagery System, Digital Flight Director, and Aeromedical Evacuation, and each component of this program is further identified by the attached Word documents. Systems interoperability requirements may include, but are not limited to areas as ROBE, C2IS, ABI/CTII, and some systems, which are in the development stage. All data rights will vest to the Government as a result of the Block 45 Modification. The proposed Acquisition Strategy for this effort is presently in a developmental stage (and therefore subject to change), but presently calls for a competitive environment, which would result in award of a developmental contract, followed by another competed effort for the Modification Kit Production and Modification Kit Installation. RESPONSE: All responses will be used to develop the proper implementation of the Government Acquisition Strategy. It is not recommended the potential sources/firms supply any proprietary information in response to this RFI. Any proprietary information provided shall have the appropriate restrictive legends. The Government will use any/all information received to encourage competition and teaming for a successful modification program. It is anticipated a pre-solicitation conference will be held in order to insure total availability of information to all prospective offerors. Requested Information includes: - Estimated Cost (Rough Order of Magnitude only) - Performance Parameters, design, installation, etc - Product Availability, and potential schedules for delivery - Any teaming/collaborative arrangements suggested - Any additional innovative, creative, or alternative approaches that would satisfy the Governments requirements. - Any additional cost/schedule inputs deemed important for the Government to consider Interested firms should also include the following in their response: -Company Name and Address -CAGE Code (if available) -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) directly to: 827th ACSG/PK Attn: Matthew Jeffery Cc: Sharita Culp 3001 Staff Dr., STE 2AI 86A Tinker AFB, OK 73145-3020 Or, respondents may wish to respond to Sharita.Culp@tinker.af.mil and/or Matthew.jeffery@tinker.af.mil via electronic transmission (e-mail). PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 31 Dec 2006. Responses must be received no later than 31 Dec 06. Documents must be formatted to 8.5 x 11 paper with type no smaller than 10 point font. DISCLAIMER: This RFI is issued solely for information and planning purposes only and does not constitute a solicitation. All information received in response to this RFI that is marked as proprietary will be handled accordingly. 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.
 
Place of Performance
Address: 3001 Staff Dr., STE 2AI 86A, Tinker AFB, OK 73145-3020,
Zip Code: 73145
Country: UNITED STATES
 
Record
SN01190358-W 20061206/061204220532 (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.