SPECIAL NOTICE
15 -- Request for Information (RFI), Market Research on New Manufacturing Techniques for Cost Savings for the upcoming Air Superiority Target (AST) program
- Notice Date
- 8/3/2006
- Notice Type
- Special Notice
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- Reference-Number-691stARSS-AST-06-001
- Response Due
- 9/15/2006
- Archive Date
- 12/2/2006
- Description
- REQUEST FOR INFORMATION. The 691st Armament Systems Squadron is in the process of conducting an Analysis of Alternatives (AoA) for the next generation Air Superiority Target (AST). As part of that analysis, independent cost estimates are being developed for viable material solutions. The Government is interested in receiving information on new technologies that will lower the cost of new airframe construction using composite materials and new manufacturing techniques. Manufacturers engaged in using these new techniques are invited to assist in this effort by sharing data related to potential cost savings that the Government might expect to see from the use of these new technologies. If determined to be beneficial, the Government would also be interested in site visits to witness innovative approaches first hand. Rules of Engagement. This announcement is not a formal solicitation and is not a request for proposal. Any formal solicitation will be announced at a later date. This RFI is for planning purposes only and is not to be construed as a commitment by the Government. Any costs associated with participating in these exchanges are at the expense of the company. The Government will treat all parties neutrally whether or not they participate in exchanges. There is no obligation on the part of the Government, nor will any contract result from these exchanges (reference Federal Acquisition Regulation (FAR) 15.201). The formal source selection process starts at release of the request for proposal (RFP). Until RFP release, the Government will proactively continue market research, industry exchanges, and maximize release of all strategies and information via the FedBizOpps website. We are not seeking proprietary information as a result of these exchanges; however, if it is necessary to respond, please properly designate it. The Government will follow the guidance of FAR 15.201(f) concerning information provided to/from industry. The Government envisions that the information provided will be included in the Analysis of Alternatives (AoA) final report. If any proprietary data is included in the information package, it should be clearly marked as such. In accordance with FAR 15.207, the government will ensure that all information marked as proprietary data will be safeguarded adequately from unauthorized disclosure. Market Research Questions. Considering the above information, please respond to the following questions in this preliminary exchange of information. We would greatly appreciate any feedback that industry has to offer. Boundaries of the RFI: Information should be related to high performance, greater than Mach1, full scale (~50 feet length, ~30 wing span), 2 external payload stations (1000lbs each), capable of maneuvering up to 5g sustained turn. 1. On a comparative basis, is there a cost/schedule reduction associated with fabricating components out of composites instead of aluminum? Is there data to support this cost/schedule reduction for a full scale supersonic fighter aircraft capable of carrying external payloads? If not, is there a similar application of composites that you believe could be extrapolated to this application? Please provide any data and justification for extrapolation. 2. What are the issues with full-scale, fighter-size, supersonic, composite bonding/adhesion? What data is available for the bonding limits in a high performance maneuvering aircraft? If there is no data for this application, is there a similar application of composites that you believe could be extrapolated to this application? Please provide any data and justification for extrapolation. What are the cost/schedule implications of bonding issues? 3. Is there any data on the breakout of the fabrication tasks and schedule associated with composite approach to manufacturing a full-scale, high performance, maneuvering with payload, greater than Mach 1 aircraft? If not, is there a similar application of composites that you believe could be extrapolated to this application? Please provide any data and justification for extrapolation. What are the primary factors of the composite fabrication and assembly that influence cost and schedule? Please provide any supporting data. 4. For a full scale, supersonic fighter aircraft a number of wind tunnel model iterations should be expected in the early stages of design. Are there design iteration considerations which need to be addressed in the cost estimate? How much of the wind tunnel model needs to be re-fabricated for inlet design changes? What are the cost/schedule implications of wind tunnel model iterations? 5. Will more actual testing be required for the composite material designs compared to more similarity analysis for conventional designs? Compared to test and certification methods for conventional materials, are testing and certification efforts reduced when building an aircraft out of composite materials, using composite fabrication? Please provide any data for a full-scale, high performance, maneuvering with payload, greater than Mach 1 aircraft? If data is not available for this application, is there a similar application of composites that you believe could be extrapolated to this application? Please provide any data and justification for extrapolation. 6. Do any substantiated cost models (estimating tools/methods) exist that can be applied in projecting development and production costs for a full-scale, high performance, maneuvering with payload, greater than Mach 1 aircraft? Are these cost models and associated documentation available for government use? If so, how were these substantiated and can the be provided with the response to this RFI? 7. What are the principal risks in applying a ?fully-composite? development/fabrication and test approach to a vehicle that must exhibit 4.5 to 5th generation fighter performance? Could a ?hybrid? airframe design (optimized mix of conventional and composite components) be cost-competitive with a fully-composite design for this application? What is the estimated percentage of conventional structure that can be replaced with composite material? 8. Can you provide any documented repair procedures for composite materials? Can you provide any documented maintenance procedures for accessing internal components of the aircraft once it has been sealed? Is there any data that compares conventional repair and maintenance cost and schedule to composite aircraft cost and schedule? What are the differences in repair costs between conventional repairs and composite repairs? Please provide any data to support the information provided. No classified information will be accepted. A determination has been made that foreign participation will be prohibited. Interested parties capable of providing information are invited to submit information packages no later than 15 September 2006 (earlier submittal is highly encouraged). If using Federal Express, United Parcel Service, or if hand carrying, deliver to 691st ARSS-PK, Building 11, 3rd Floor, Attn: Capt. Rebecca Little, Eglin AFB FL 32542-6810. If mailing, send to 691st ARSS-PK, Attn: Capt. Rebecca Little, 102 West D Avenue, Suite 373, Eglin AFB FL 32542-6810. Please include the following: Contractor?s name, mailing address, telephone numbers, fax number(s), email address, CAGE code, and business size (i.e. small, small disadvantage, 8(a), woman-owned, HBCU/MI, veteran-owned, service disabled veteran-owned, or large business). This is not a request for proposal. This RFI is for information and planning purposes only and shall not be construed as an obligation on the part of the Government to acquire products or services. The Government does not intend to award a contract on the basis of this RFI and all information shall be made available at no cost to the government. If any response(s) is (are) received, acknowledgement of receipt will not be made nor will evaluation of any information provided be given at this time. Points of Contact Capt. Rebecca Little, Contract Specialist, Phone (850)883-3476, Fax (850)882-7950, Email Rebecca.little@eglin.af.mil - Leanne Green, Contracting Officer, Phone (850)883-3382, Fax (850)882-7950, Email Leanne.green@eglin.af.mil. Technical POC, Lisa Gamon, Phone (850) 883-3478, Email Lisa.gamon@eglin.af.mil.
- Place of Performance
- Address: EGLIN AFB FL,
- Zip Code: 32542
- Country: UNITED STATES
- Zip Code: 32542
- Record
- SN01105380-W 20060805/060803220830 (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 |