Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2004 FBO #0922
SOURCES SOUGHT

16 -- High Pressure Sprayer System

Notice Date
6/3/2004
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
RFIHPSS
 
Response Due
7/6/2004
 
Archive Date
7/21/2004
 
Point of Contact
Misty Holtz, Contract Specialist, Phone (478)926-3854, Fax (478)926-6578, - Mickie Cranford, Procurement Analyst, Phone (478)926-1797, Fax (478)926-9504,
 
E-Mail Address
Misty.Holtz@robins.af.mil, Mickie.Cranford@robins.af.mil
 
Description
C-130 Aerial Spray High Pressure Spray System (HPSS) Request for Information (RFI) This is a request for information and not a solicitation. INTRODUCTION: The Government is interested in obtaining information concerning the C-130 Aerial Spray HPSS. This program includes efforts to design, develop, manufacture, install and test one C-130 Aerial Spray HPSS and deliver three additional systems. The Department of Defense Pest management board has determined the need for a high pressure spray system to be used on the C-130 aircraft. All manufactures that propose a bid to design and build the high pressure system must have a Federal Aviation Administration certificate that certifies the company to design and build equipment that will be used on airborne aircraft. The vendor must also comply with all military specifications on material used in the system. Upon completion of the effort all designs, drawings and proprietary rights to the project will be relinquished and turned over to the United States Air Force. SCOPE: This request for information is directed to competitive potential prime contractors who have demonstrated experience in the design, development, integration, and test of aircraft modifications. The Government will use the information gathered in response to this RFI to refine the strategy for the development of the C-130 Aerial Spray High Pressure Spray System. Further, this information will help the Government structure a program that will mitigate cost, schedule and performance risks. OBJECTIVES: The main objectives in this project are as follows: 1. Design and build 4 ea. high pressure spray systems with multiple subassemblies capable of being installed and removed from a standard 463L military cargo pallet. 2. Produce one trial install kit for operational and flight testing prior to producing the final three systems. 3. The system must be capable of producing flow rates from 1 gallon per minute to 5 gallons per minute at pressures of 1000 – 2500 pounds per square inch (PSI). 4. The system must have the capability to utilize existing low pressure Modular Aerial Spray System (MASS) power outlets and boom cradle assembly currently installed on spray modified C-130 aircraft. 5. The system must be capable of incorporating many design features and components found on existing MASS systems. 6. The system must be capable of holding a minimum of 200 gallons of chemical with a desired capacity of 300 gallons. 7. The system sub-assemblies will be designed and installed as not to exceed maximum PSI rating for the cargo pallet. 8. The system must produce 80% of it’s droplets in the 7 – 22 micron range. HIGH PRESSURE SYSTEM ASSEMBLY: The basic assembly of the high pressure system will consist of the following: 1. Modified 463L military cargo pallet 2. 200-300 gallon chemical tank sub-assembly 3. Operators control console sub-assembly 4. Pumping unit sub-assembly 5. Pneumatic pump 6. Tank sub-assembly SUB-ASSEMBLIES: 1. Standard 463L Cargo Pallet: The standard 463L cargo pallet will be modified as follows: Pallet will have a three inch tall drip pan installed over the entire surface of the pallet. The drip pan will be constructed of 316 stainless steel with all seams welded. All other sub assemblies will fit down inside the drip pan in an effort to prevent any possible contamination to the aircraft. All side strap/net rings will be removed, rings on forward and aft ends of pallet as installed will remain in place. The 463L pallets are manufactured by the Brooks & Perkins Corp. No pallet procurement is required; they will be furnished as Government Furnished Property (GFP). 2. Chemical Storage Tank: The chemical storage tank will be manufactured utilizing either a polypropylene or 316 stainless steel material. Material composition of tank is of utmost importance as various chemical compounds will be used. Bottom of tank must be situated above floor of the pallet on a cradle and will have a 3 gallon sump area in the center. The sump outlet should be above or even with pump inlet. Tank must be designed and manufactured so as to withstand chemical weights up to 18 lbs per gallon and must also be able to withstand a gravitational force of 5g’s. Tank should be designed with internal baffles that will slow/reduce fluid movement. Tank will have a minimum capacity of 200 gallons with a desired capacity of 300 gallons. Tank must be capable of being installed and removed on the pallet using locking devices that will restrain tank movement in all directions. Tank must have access plates installed that will allow access for internal cleaning. Tank must have a 16 AN fitting installed at top of tank to enable the connection of overboard vent hose. Tank must incorporate a suction valve like that of the one contained on current MASS system. This eliminates possibility of implosion and allows for continuous purge during flight. Tank must have outlet to pump unit at bottom of sump and must have recirc and over pressurization lines on the top. Tank must incorporate both visual and electrical measuring devices that show amount of liquid inside. Tank must have a 1 ˝” upload download port/dry break adapter to enable power filling and draining. 3. Operators Control Console: The operators console shall be designed to control all operations of the high pressure system. The console will incorporate a flat screen multifunction control panel. The panel will be touch screen design and capable of controlling all valves, quantity, flow and pressure readouts. The panel will also have toggle type switches off to the side that will be used as an emergency shutdown for entire system and motor control. The console will also incorporate adequate lighting for all areas and an additional light that can be adjusted over the work area of console. The console will be designed so as to allow for installation of an operators seat that will be removed from a MASS unit and installed on the high pressure system. The entire console will be based on design as the one used on the MASS, however, it will be smaller and designed specifically for the high pressure system. The console sub assembly will also house all main wiring and circuit breakers. All wiring connectors will be of the cannon type connectors. Console unit will have 2 external cannon type plugs on left side that will be switched. They will feed power to the MASS ground loading station. Console will have a clear splash guard around upper perimeter to protect operator. Console will be designed so as to allow for easy installation and removal from the 463L pallet assembly. Locking devices used to hold the console in place must be such to prevent the console from movement in all directions. 4. Pumping Unit: The pumping unit will contain all the main operating components. These components are, but not limited to, (1) a 5 hp 220 volt motor as used on the MASS and (2) a high pressure low volume pump or pumps producing flow rates from 1-5 gallons per minute at pressures up to 2500 psi. The pump must utilize viton or Teflon o-rings for any internal sealing. Pump must have the capability to be rebuilt in the field and repair kits must be available to the user. The pumping unit will have the capability to re-circulate liquids back to the chemical tank when not in spray mode and must have an over pressure safety design so as in the event of an over pressurization the pressure will drop and recirc back to the chemical tank. Unit will incorporate a 2-way pneumatic valve to enable the system to rapidly change from spray to recirc mode. The spray lines from the 2-way valve outboard will have the capability of being air purged with air from pneumatic bottle. The spray lines must be manufactured using 316 stainless steel or a Teflon lined braided stainless steel capable of withstanding system pressures plus 50%. The components will be designed in such a way that they will be inside a containment box by themselves. The unit will be manufactured using 316 stainless steel in order to eliminate any corrosion problems. Unit will have outlets for spray lines and applicable cannon type electrical connectors for wiring. The box for unit will also incorporate a cover to avoid possible contamination of aircraft in the event of a leak. The cover will incorporate stainless steel and a lexan type window so as to afford the operator a view into the box without opening the cover. The cover must be removed and installed by mechanics with relative ease. The pumping unit as a whole will have the capability to be installed and removed from the 463L pallet. Locking devices used to hold the pumping unit in place on the pallet must be such to prevent the unit from movement in all directions. 5. Pneumatic Pump: A compressor type pump will be installed on the unit. Compressor should have a receiver and have the capability to maintain a constant supply of air at rates from 40 to 150 psi. In the event this is not possible the following storage tank will be acceptable. 6. Storage Tank: The pneumatic storage tank will have the capacity to hold 115 cubic feet of air and serviced to 1800 psi. The tank will be of same type and size as currently used on the MASS. The tank will have the capability of being serviced while in place on the High Pressure pallet. Tank air flow will be through a pneumatic regulator in order to regulate flow from 40 to 150 psi. Tank may be mounted to any previously mentioned sub-assembly so long as its location does not interfere with the maintenance or servicing of the other sub-assemblies when installed. Tank air must have capability of being routed both for pneumatic valves and air purging of spray lines with minimal operator action required. Lines from tank to purge will incorporate a check valve so as not to contaminate the air line when not in use. RFI QUESTIONS Note: FAR Clause 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) applies as follows: (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) This solicitation is issued for the purpose of: Obtaining information only for the C-130 Aerial High Pressure Sprayer System Requirements. COST: 1. Ultimately, the feasibility of designing and installing the C-130 Aerial Spray HPSS will be determined by cost. a) For your C-130 Aerial Spray HPSS approach, what capabilities and/or components are expected to be the major contributors to the cost? b) What are the proposed techniques/methods for controlling production costs? c) Cost case study. o Cost for Non-Recurring Engineering (NRE) o Cost for Data (to include drawings and technical data) o Cost for a Trial Install (to include testing) o Cost for Production Kits (3 ea) MILESTONE METRICS: 1. NRE 2. Trial Install Kit development 3. Trial install and testing 4. Data 5. Production kits 6. What other types of performance/measurements or objectives do you feel are appropriate for this type of effort? MISCELLANEOUS: 1. Please provide any additional feedback you feel is relevant in the developing of this requirement. PLEASE PROVIDE 1 PAPER COPY AND 1 ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT BELOW BY 4:00 PM EST JULY 6, 2004. CONTACT INFORMATION: PCO: WR-ALC/LBKB Attn: Misty Holtz 265 Ocmulgee Court Robins AFB GA 31098-1647 (478) 926–3854 Voice (478) 926-6578 Fax misty.holtz@robins.af.mil Note: The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with this submittal of the request for information. This RFI does not constitute an Invitation for Bid or a Request for Proposal, nor should it be considered as a commitment on the part of the Government. NOTE: THIS NOTICE WAS NOT POSTED TO WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (03-JUN-2004); HOWEVER, IT DID APPEAR IN THE FEDBIZOPPS FTP FEED ON THIS DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USAF/AFMC/WRALC/RFIHPSS/listing.html)
 
Record
SN00596982-F 20040605/040603213128 (fbodaily.com)
 
Source
FedBizOpps.gov 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.