SPECIAL NOTICE
15 -- C-130 Center Wing box
- Notice Date
- 8/13/2004
- Notice Type
- Special Notice
- NAICS
- 332312
— Fabricated Structural Metal 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
- C130CenterWingBox
- Response Due
- 9/8/2004
- Archive Date
- 9/23/2004
- Point of Contact
- Terrence (Mike) Brown, Contract Specialist, Phone (478)926-3457, Fax (478)926-6578, - Miriam Jones, Contract Specialist, Phone (478)926-4285, Fax (478)926-6578,
- E-Mail Address
-
Mike.Brown@robins.af.mil, Miriam.Jones@robins.af.mil
- Description
- SPECIAL NOTICE C-130 Center Wing Replacement Modification Program Industry Day This is a request for industry day and not a solicitation. INTRODUCTION: The Government is planning an industry day on 14 September 2004, from 0800-1700, at the Museum of Aviation, Eagle Conference Room, Warner Robins, GA to obtain information concerning the C-130 Center Wing (CW) Modification Program. The industry Day is intended to encourage free-flowing dialogue between the Government and Industry. The government will provide information on the C-130 CW Program, share its ideas on acquisition strategy and highlight the requirement for the work to be planned and accomplished during the initial effort. The government will then solicit feedback and recommendations in order to help refine the acquisition strategy. In conjunction with the Industry Day, 45-minute one-on-one Question and Answer (only) sessions with interested parties will be held 14 September 2004, from 1200-1700, at the Museum of Aviation. The number of sessions will be limited and will be on a first-come, first-serve basis. If your company is interested in scheduling a one-on-one session, please make your request at the same time you notify the Government of your intention to attend Industry Day. Attendance for the one-on-one Q&A sessions is limited to 5 people per entity/team. All parties planning to attend Industry day are required to send an email notification to Mr. Terrence M. (Mike) Brown at mike.brown@robins.af.mil no later than 8 September 2004. Please include the names, company affiliation, phone number and email address of the attendees, plus your company?s request for a one-on-one session with the Government. NOTE: THIS SPECIAL NOTICE IS PART OF MARKET RESERCH ONLY: IT IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTATION, OR AN INVITATION FOR BIDS, NOR DOES IT COMMIT THE GOVERNMENT TO ISSUE SUCH A REQUEST OR INVITATION. INDUSTRY DAY PARTICIPATION IS STRICTLY VOLUNTARY AND THE GOVERNMENT WILL NOT PROVIDE ANY REIMBURSTMENT OR OTHERWISE PAY FOR ANY INFORMATION/PRESENTATIONS ASSOCIATED WITH INDUSTRY DAY. SCOPE: This industry day is directed to competitive potential prime contractors who have demonstrated experience in the design, development, and manufacture of major aircraft (A/C) structures on the same scale as a C-130 center wing box. The Government will use the information gathered from the industry day for the development of the C-130 CW Program. Further, this information will help the Government structure a program that will mitigate cost, schedule and performance risks. REQUIREMENTS: This program includes efforts to design, develop, and manufacture the C-130 Center Wing (CW). The Government has determined the need to replace the existing C-130 CW on AC-130U, HC-130N/P, C-130E, C-130H, and C-130K model A/C. Fifty (50) CW kits will be purchased and then installed at the depot starting in FY11 through FY23. This is a build to print acquisition. All manufactures that design and build the C-130 CW must have a Federal Aviation Administration certificate that certifies the company to design and build equipment that will be used on airborne aircraft. The manufacturer 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 in accordance with the Federal Acquisition Regulation (FAR) 52.227-14 as prescribed at FAR 27.409(a). OBJECTIVES: .The contractor shall deliver CW assemblies as part of a complete installation kit including the CW box, trailing edges, flap tracks, bladders (unfitted), wing attach angles, truss mounts, and all hardware and plumbing. The major CW box components consist of upper surface panels, upper surface stringers, upper surface rainbow fittings, lower surface panels, lower surface stringers, lower surface rainbow fittings, and the front and rear beams. The CW kit measures approximately 3?X16?X40? (basic dimensions) and weighs approximately 9,500 pounds. The contractor shall manufacture CW installation kits meeting fit, form, and function and weight requirements for aforementioned in-service A/C. The contractor is responsible for ensuring there are no discrepancies between the assembly/fabrication drawings supplied and the actual assemblies to be installed on the A/C. The contractor shall manufacture CW installation kits subject to the latest ISO 9000 family of standards, guidelines and technical reports. The contractor shall verify fit, form, and function requirements by component and assembly first article submissions and trial installation of the CW kit on an A/C. Contractor shall provide technical support during trial kit installation. The contractor shall be responsible for all Non-recurring Engineering (NRE) cost and shall provide a technical data package (i.e. drawing associated with tooling) resulting from NRE (See FAR statement under the above requirements paragraph). The Department of Defense (DoD) will not provide production tooling or facilities for manufacturing purposes. The contractor shall possess capability to develop or to obtain tooling and to manufacture critical CW box components while maintaining typical 1 degree angular, .010 inches with .XXX decimal tolerances, and four-decimal place hole tolerances. The contractor shall possess 5-axis machining capability to machine compound contoured critical CW box components. The contractor shall possess the ability to manufacture or obtain complex critical components made from aluminum, stainless steel, and titanium alloys as sheet, plate, and bar stock, extrusions, castings, and forgings. The contractor shall possess the capability to machine components measuring 440 inches in length while maintaining a maximum of .004 inches machining mismatch and a maximum of .25 inches of deviation from loft over the entire part length. The contractor shall produce deliverables just in time to meet installation schedule requirements beginning October 2010. Ultimately, the feasibility of design and manufacturing the C-130 CW will be determined by cost and manufacturing capability. o For your C-130 CW approach, what capabilities and/or components are expected to be major contributors to the cost? o What are the proposed techniques/methods for controlling production costs? o What are your current manufacturing capabilities as they relate to the C-130 CW replacement program? POINT OF CONTACT: CONTACT INFORMATION: PCO: WR-ALC/LBKB Attn: Terrence M. (Mike) Brown 265 Ocmulgee Court Robins AFB GA 31098-1647 (478) 926-3457 Voice (478) 926-6578 Fax mike.brown@robins.af.mil
- Place of Performance
- Address: N/A
- Zip Code: N/A
- Country: N/A
- Zip Code: N/A
- Record
- SN00643586-W 20040815/040813212314 (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 |