Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2010 FBO #3126
SOURCES SOUGHT

16 -- KC-135 Infra Red Countermeasure System (IRCM)

Notice Date
6/14/2010
 
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
RFI-IRCM
 
Point of Contact
Donna R McKibben, Phone: 405-739-4445, Albert W Hall, Phone: (405)739-5452
 
E-Mail Address
donna.mckibben@tinker.af.mil, albert.hall@tinker.af.mil
(donna.mckibben@tinker.af.mil, albert.hall@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION: This is a REQUEST FOR INFORMATION (RFI). THERE IS NO SOLICITATION AVAILABLE AT THIS TIME. REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE. This RFI is in support of market research being conducted by the Air Force to identify capable potential sources. Contractors responding to this RFI shall submit the following information electronically no later than 25 June 2010, 4:00 p.m. CST. Responses must include the following: name and address of firm, telephone numbers and email address, capabilities related to the task areas below, size of business; average annual revenue for past 3 years and number of employees; ownership; whether they are a large business or a small business such as small disadvantaged, 8(a), HUBZone, veteran owned, woman-owned, etc., number of years in business; affiliate information: parent company, joint venture partners; intent to participate in the any potential acquisition as a prime offeror.; list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement; and point of contact - address and phone number). There is no page limitation however please limit pages to the minimum amount and submit on 8 1/2 by 11 paper and no smaller than 10 point font. In addition, respondents are requested to provide commercial pamphlets, operating or maintenance manuals. Electronic access to the requested information is acceptable. Any information submitted by respondents to this synopsis is strictly voluntary. The Government will not reimburse the respondents for any costs associated with their responses. This RFI does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Request for Information. The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided. The Government will evaluate the information provided, include it in our market research, and use it as needed during the development of any further procurement action. In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government. 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. DESCRIPTION: The 827ACSG Contracting Office, Tinker AFB, OK, is requesting information pertaining to the availability of an Infra-red Countermeasure (IRCM) system to incorporate into KC-135 aircraft. PURPOSE: The purpose of this request for information (RFI) is to solicit industry availability for an IRCM system for the USAF KC-135 aircraft capable of defending against Man-portable Anti-Aircraft Defense (MANPAD) threats. BACKGROUND: KC-135 aircraft are uniquely vulnerable to MANPAD threats due to its size and lack of maneuverability and these vulnerabilities' increase during certain mission profiles and phases of flight. Lack of a defensive system limits the KC-135 operating area which results in increased fuel consumption costs and decreased mission performance. TECHNICAL REQUIREMENTS: The requirements listed below are viewed to be an integral part of any technical solution provided in response to this RFI. All improvements, deviations, and modifications of these requirements should maintain the intent of the original requirement. For the purposes of this RFI, the concept of operations is to utilize a minimum (smaller) number of IRCM defensive systems that will be rotated among a larger fleet of aircraft. Respondents should indicate based on their proposed solution the "smaller number" of systems that would be required, to include spares, in order to support a larger fleet size as indicated below; assuming that a minimum of 30% of these fleet sizes would require a fully operational system to be installed at any given time. Respondents are to consider the following two fleet sizes as independent discrete efforts: Fleet size "A" = 10 aircraft Fleet Size "B" = 25 aircraft 1. The system must have the ability to defend against MANPAD threats. Respondents should indicate if any MANPAD effectiveness evaluations have been performed to on their proposed system. 2. The system when installed must have no impact to the KC-135 aircraft's primary mission of refueling other aircraft. 3. With the consideration of the above concept of operations; the system should be capable of being removed from one aircraft, transferred, reinstalled and made operational on a different appropriately equipped aircraft with a minimal effort. Respondents should indicate the approximate level of effort in personnel, equipment, and time to accomplish these. 4. The system ideally should be self-contained. 5. The system should be easily transported. A single shipping container is most desirable. 6. The system should have no impact to aircraft flight dynamics. 7. The system should be able to operate as a standalone system with no integration to the current aircraft's avionics suite. 8. The system should be able to operate autonomously to defeat MANPAD threats without any human intervention. 9. The system should not require extensive modification to the main aircraft structure. Ancillary structures may be used for hardware containment and/or attachment. 10. The system's mechanical and electrical interface should not interfere with existing aircraft systems. OPERATING ENVIRONMENT: The KC-135 operates within the altitude range of -1000 to 50,000 feet, and at speeds less than 0.95 Mach. The KC-135 internal operating temperatures range from below freezing to over 100 degrees Fahrenheit. The system must be explosion-proof, resistant to vibration, and approved for in-flight use. INTERFACE REQUIREMENTS: The KC-135 has 115/200 volts AC 400-hertz three-phase electrical power, single-phase 28VAC, and 28 VDC. DC power is limited respondents solution sets should try to utilize AC power as much as possible. The KC-135 has two 28 VDC batteries for emergency purposes only and will not be utilized for this effort. TECHNICAL APPROACH: Please provide a brief high-level technical description of the proposed system. Ideally, the technical approach should include a scenario illustrating the use of the proposed system within the above concept of operations. If applicable, pictures of the system are encouraged. Briefly address any potential risks. Briefly summarize how personnel would operate and maintain the system to include the on and off aircraft maintenance concept. Describe any training that would be required to operate and maintain the proposed system. COMPATIBILITY: Explain system compatibility with other fielded systems and USAF support equipment. Respondents should indicate whether any of the components proposed for their system are currently utilized or exist within commercial aviation or the US Government; please specify the using organization, airframe type, national stock number (NSN), and/or part number as applicable. Describe any compatibility limitations between these components. ENVIRONMENTAL TESTING: State the type and level of environmental qualification testing that has been performed on the system. COST: Respondents should provide budgetary cost estimates for non-recurring engineering, testing, technical manuals, operator and maintenance training required to adapt their solution to KC-135 aircraft and a separate budgetary estimate for the "Group- A" equipment and Group-B" equipment that would be required. Also, provide a separate budgetary estimate for any "Group-A" recurring installation hours. Note: Group A equipment would be required to be installed on all of the aircraft of each fleet size. Examples of "Group A": electrical wiring, mounts, attachments, and other items required to accommodate the "Group-B" equipment. Group-B equipment would be those items the respondent deems could be easily rotated between aircraft and are generally high costs items. The number of "Group-B" systems is to be recommended by the respondent for the two distinct fleet sizes. AVAILABILITY: Provide availability information for the proposed system. Give information detailing the availability of the proposed system, i.e. system is available immediately? If systems are not available provide best availability estimates for the system(s). Based on this information, respondents should provide a tentative schedule estimate based on months to perform the steps required to successfully prototype, test, produce, install, and field the number of systems that would be required given the fleet sizes mentioned above. PAST PERFORMANCE: Briefly explain any previous work you have done or are doing for government/civilian customers similar to what this RFI addresses. 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. Respondents may use or propose commercial products or existing government inventories to provide the best value solution using best 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 on mature or emerging technologies which would meet the immediate requirements. 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. All respondents are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/RFI-IRCM/listing.html)
 
Record
SN02177104-W 20100616/100614234845-7543a0683c5298473eb1e58ce211ea3f (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.