Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 28, 2008 FBO #2314
SOURCES SOUGHT

15 -- Replacement AutoPilot System

Notice Date
12/12/2007
 
Notice Type
Sources Sought
 
NAICS
339999 — All Other Miscellaneous 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
73145-3015
 
Solicitation Number
RFI0006
 
Response Due
1/15/2008
 
Point of Contact
Josie Lunderman, Contract Specialist, Phone 405-739-9622, Fax 405-734-4446, - Josie Lunderman, Contract Specialist, Phone 405-739-9622, Fax 405-734-4446
 
E-Mail Address
josephine.lunderman@tinker.af.mil, josephine.lunderman@tinker.af.mil
 
Description
REQUEST FOR INFORMATION (RFI) Replacement Autopilot System, Flight Director, Radar Altimeter (RA) and potentially Angle of Attack (AOA) systems for 417 KC-135R/T and 2 OC-135B Special Purpose Aircraft NOTICE TO INDUSTRY: This RFI is for planning purposes only. The 827 ACSG understands that components of the proposed C/KC-135 Block 45 Modification program are discussed within this RFI. The proposed Block 45 Program remains on track for a release of a Draft RFP in the near future. This RFI does not necessarily change the current Bock 45 modification program in its current form (Digital Flight Director, Radar Altimeter, NVIS, and Aeromedical). PURPOSE The 827th ACSG Contracting Office, Tinker AFB, OK, is conducting market research to determine estimated cost, schedule, and performance parameters to remove the existing Digital Autopilot System (ASW-48), ALQ-141 Flight Director, AL-101 Radio Altimeters and potentially AOA systems and install a replacement dual Digital Autopilot (DA) System with Flight Directors (FD), RA, and AOA systems together with associated components (hardware, software, etc). The installations for these efforts will be as a block, not separate stand alone installations. DESCRIPTION The KC-135R/T and OC-135B aircraft autopilot, flight director and radio altimeters need replacing due to obsolescence, poor reliability, and high maintenance costs. Replacement DA with FD, RA and AOA systems should use Commercial Off the Shelf (COTS) or Government Off the Shelf (GOTS) equipment to the maximum extent possible. The modified aircraft must meet current and planned FAA and ICAO requirements including, but not limited to: Worldwide capability and certification with Required Navigation Performance (RNP) of 0.15 (total system accuracy of 0.15 nautical miles 95% of the flying time). New systems must: - Maintain existing airworthiness certification - Be protected against electromagnetic pulse - Ability to store and provide any detected faults and provide maintenance crews with fault verbiage The proposed dual DA with FD must provide the following capabilities: - Integrated 3-dimensional guidance and/or control for all navigation/approach solutions and provide for aircrew cueing and warning via the currently installed integrated multi-function displays and cockpit warning systems - Expandable and upgradeable to support future growth toward 4-dimensional navigation, auto-throttles, integrated altitude alerting, and category landing capabilities - Continual crosschecking - Vertical navigation (e.g. provide the ability to bring the aircraft to approach from cruise altitude) while providing airspeed or throttle queues to the aircrew for airspeed deviation through annunciation (there are no auto-throttles on the KC-135) - Autopilot system should receive and provide digital outputs to all associated systems with the exception of those requiring servo, synchro, or other analog signal inputs - When installed, the system will be able to accept aircrew-selectable air refueling receiver type profiles to allow autopilot to compensate for incoming receiver aircraft, reducing the number of un-commanded autopilot disconnects - Dual autopilot control panels - Provide dual surface sensing at the horizontal stabilizer - Perform yaw control on OC-135 aircraft and potentially on KC-135R/T (replacement KC-135R/T yaw control must include engine failure Assist system and series yaw damper functions). - Ideally use the existing MAX and AL-CL take-off profiles. The proposed RA must provide the following capabilities: - New receiver-transmitters and coax cables - Low probability of intercept mode or ability to turn off emission. - provide altitude inputs to all equipment currently supported, while providing digital altitude data to the new DA systems - redundant data to all systems now using AL-101 data. - Ideally provide redundant digital data to all systems now integrated with the AL-101 - Provide altitude data from 0-2500 feet with 0-50,000 feet desired. - Error crosschecking between receiver-transmitters and report to crew errors in excess of 4 feet from 0-100 feet and 4% above 100 feet. RESPONSE Responses shall address: 1. Performance parameters, to include design, installation, reliability, and maintainability data 2. Please break out the total program estimated (rough order of magnitude) cost information with breakout of non recurring engineering, modification kits, and installation (each broken down by systems) with the following items called out on a spreadsheet: DA, DFD, RA, AoA, Total Program Cost. In the break down of cost include NRE, Group A/B Kit, Install and total at the bottom of each item. 3. Delivery schedule/product availability 4. Any alternatives/suggestions that satisfy airworthiness requirements, to include cost and schedule 5. Provide separate pricing for overhaul data. 6. Developmental schedule (duration from contract award to on aircraft testing completion) 7. Component lead times (the longest lead time only for each system is required) 8. Estimated support equipment (broken by system) 9. Any alternatives/suggestions that satisfy airworthiness requirements, to include cost and schedule 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: Josie Lunderman CC: Dann Petitt 3001 Staff Dr., STE 2AI 86A Tinker AFB, OK 73145-3020 Or, respondents may wish to respond to Josie.Lunderman@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 15 JANUARY 2008. Responses must be received no later than 15 January 2008. Documents must be formatted to 8.5 x 11? paper with type no smaller than 10 point font. DISCLAIMER This RFI is not an offer. 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 associates with responding to this RFI. Questions should be directed to Ms Josie Lunderman via email or telephone at 405-739-9622. 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 via the Internet at http://www.ccr.gov or by calling 1-888-227-2423. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (12-DEC-2007). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 26-MAR-2008, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/OCALCCC/RFI0006/listing.html)
 
Place of Performance
Address: TINKER AFB, OK
Zip Code: 73145
Country: UNITED STATES
 
Record
SN01542759-F 20080328/080326230649 (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.