Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 14, 2009 FBO #2820
SOURCES SOUGHT

16 -- RFI- Brake Temperature Monitoring System (BTMS) for the KC-135 R/T Model Aircraft

Notice Date
8/12/2009
 
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, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
FA810509R0011
 
Archive Date
9/29/2009
 
Point of Contact
David B Gunnels, Phone: 405-739-2016
 
E-Mail Address
david.gunnels@tinker.af.mil
(david.gunnels@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Request for Information The 827ACSG Contracting Office, Tinker AFB, OK, is requesting information on a Brake Temperature Monitoring System (BTMS) for the KC-135 R/T model aircraft. PURPOSE The purpose of this RFI is to solicit industry for options of a BTMS for the USAF KC-135 R/T aircraft. BACKGROUND In 2004 the United States Air Force began a seven year effort to convert all active aircraft brake systems to new carbon brake systems. The new carbon brake system is capable of absorbing very high temperatures which requires monitoring in order to avoid injury to personnel and damage to aircraft. BTMS provides a means of measuring brake temperature and conveying information based on this measurement to the flight crew. Real time monitoring of brake temperatures will allow flight crews to manage brake applications during taxi operations without compromising the integrity of the brake assemblies and surrounding components, as well as, delaying or canceling the mission. In addition, recent incidents involving frozen carbon heat stacks with the carbon brake configuration has further necessitated the need for a BTMS that will allow flight crews to heat the brake stacks to a specified level to dissipate any moisture collected within the carbon stacks. TECHNICAL REQUIREMENTS: The requirements listed below are viewed to be an integral part of any technical solution proposed in response to this RFI. All improvements, deviations, and modifications of these requirements should maintain the intent of the original requirement. The BTMS will provide a means to measure brake temperatures and convey real time information to flight crews. System must be designed to fit the current carbon brakes heat stacks. System should include the following: 8 Brake Temperature Sensors (BTS)- one per brake 4 Brake Temperature Monitoring Units (BTMU) - one per pair of brakes System electrical interface should accommodate existing avionics, utilizing ARINC 429 data bus to provide digital outputs to the selected flight deck display. Information to be displayed shall be brake temperature for each wheel, by wheel number. A means of securing the BTMU's to each of the truck axles is required. The system will require no modification of main aircraft structure. Ancillary structure may be used for hardware attachment. BTMS should be a permanent installation. Consideration should be given to ease of installation and maintenance. OPERATING ENVIRONMENT: The KC-135 cargo compartment operating temperatures range from below freezing to over 100 degrees Fahrenheit. System must be explosion-proof, resistant to vibration, and approved for in-flight use. INTERFACE REQUIREMENTS: Primary power source should be aircraft power. The KC-135 has 115/200 volts AC, 400-hertz, three-phase electrical power, single-phase 28VAC, and 28 VDC. The KC-135 has two 28 VDC batteries. The dissipated power should be minimized to avoid complete battery discharge. TECHNICAL APPROACH: Please provide a brief high-level technical description of the BTMS. Ideally, the technical approach should include a scenario illustrating the use of the proposed system. If applicable, pictures of the system are encouraged. Briefly address all potential risks. Describe the type of training that will be required to operate the proposed system. Briefly summarize how personnel would operate the system. COMPATIBILITY Explain system compatibility. Describe any limitations. ENVIRONMENTAL TESTING State the type of environmental testing that has been performed on the system. COST Provide an estimated cost or cost range of the proposed system, including low volume production numbers and high volume production numbers. AVAILABILITY Provide system availability information. Give information detailing if the equipment is available off-the-shelf immediately. If equipment is not available provide lead time for component acquisition. PAST PERFORMANCE Briefly explain any previous work you have done or are doing for military/civilian customers similar to what this RFI addresses (include demonstration information that supported that work). RESPONSE Services to include research and development, technology insertions, system integrations, installation, fabrication/prototyping, testing/certification, aircraft ground/flight testing support, logistic support services, and engineering support. Contractors may use commercial products or existing government inventories to provide the best value solution using processes and practices to reduce cost and schedule and performance risk and to promote future competition for design upgrade and operational support costs. The information you provide may be used by the USAF to consider planning, program phasing and tailored technical requirements. Your inputs should not be restrictive or proprietary in any manner. Although the identification of contributing companies will not be divulged outside the Government, the Government reserves the right to use in whole or part any industry information that is received as a result of this RFI. Your participation in the RFI will not affect your company's position during any solicitation, nor will this RFI be used as criteria for the prequalification of respondents for future solicitations. Through this RFI the Air Force is soliciting information concerning mature or emerging technologies which meet the requirements. The primary selection criteria for all submissions will be the most practical system available to support the requirements. The Air Force reserves the right to select for award, any, part of, all, or none of the proposals received. The Air Force may or may not purchase any of the technology demonstrated. This RFI is an expression of interest only and does not obligate the Air Force to pay any proposal preparation and prototype costs or to award any contracts, grants, cooperative agreements, or other transactions. Offerors are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds. Modification installation effort will be performed by Government personnel.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA810509R0011/listing.html)
 
Record
SN01909028-W 20090814/090813000801-633bd93545f5c890caa8c911ace2ff49 (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.