SOURCES SOUGHT
16 -- Air Force Variable Speed Refueling Drogue
- Notice Date
- 4/20/2007
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- 668AESSSourcesSoughtVSD
- Response Due
- 5/21/2007
- Archive Date
- 5/22/2007
- Description
- Variable Speed Drogue Development/Production General Information Document Type: R = Sources Sought Notice Solicitation Number: Posted Date: Response Date: Archive Date: Classification Code: Set Aside: N/A Contracting Office Address Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, OH, 45433-7218 Description Variable Speed Drogue for MC-130E/P Aerial Refueling System. This sources sought notice is being conducted to identify potential sources that may possess the expertise, capabilities, and experience to produce a working prototype for a refueling drogue which can meet the following requirements: - Deployable at speeds of 100 to 215 knots and operational at speeds of 105 to 210 knots without having to land to re-configure - Fly at an acceptable angle with stable flying qualities to enable rotary wing assets to make contact and receive fuel - The system shall add no more than 100 pounds to the existing pod (200 lbs per aircraft) - Withstand multiple probe strikes anywhere on the drogue without creating FOD (Foreign Object Debris) or inhibiting refueling operations. - Maintain less than 880 lbs total drag force including hose drag throughout flight envelope. Current air refueling system drogues provide the capability to conduct in-flight and ground refueling of vertical lift assets at 100-130 and 185-250 knots. A speed envelope of 100-215 knots is required to include CV-22 air refueling envelopes, specifically 150 knots This is a sources sought notice. It is not a solicitation for offers. The Government reserves the right not to issue a solicitation based upon its needs and the results obtained from this sources sought. The government will not reimburse participants for any expenses associated with their participation in this sources sought. The level of security clearance and amount of foreign participation in this requirement has not been determined. INSTRUCTIONS: If further technical requirement information is required for the submission of Sources Sought responses please call Lucas Jacobsen, 668 AESS/PK contract negotiator at (937) 255-2898. The current requirement is for the production and delivery of 20 variable speed drogues prior to 31 Dec 2008, with total orders not to exceed 90 total drogues. Your response must address a reasonable and achievable development schedule and company?s production capacity. If, after reviewing this information, you desire to participate by responding to this sources sought, you should provide documentation that supports your company?s ability to deliver a refueling drogue that meets these requirements. Failure to provide adequate documentation will inhibit the government?s assessment of your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.). Both large and small businesses are encouraged to participate in this sources sought. Joint ventures or teaming arrangements are permissible. NAICS Code for Small Business Purposes is 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing. Please provide the following business information for your company, institution, or for any teaming or joint venture partners: Company Name: Address: Point of Contact: CAGE Code: Phone Number: E-mail Address: Web Page URL: Size of business pursuant to North American Industry Classification System (NAICS) Code: Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Small Business (Yes / No) Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). General capabilities and concepts should be submitted on CD-R in an electronic format that is compatible with Microsoft Windows and Office 2003. This CD should be provided to John.Shock@wpafb.af.mil, 668 AESS/PK at the address below not later than 21 May 2007. Questions should be submitted to Mr. Lucas S. Jacobsen at Lucas.Jacobsen@wpafb.af.mil, Mr. John R. Shock at John.Shock@wpafb.af.mil and Captain Timothy Troup at Timothy.Troup@wpafb.af.mil. Phone contact information is (937) 255-3768, (937) 255-1813, respectively. The CD and cover label shall be marked "Proprietary/Competition Sensitive Information." Also, two paper copies of the response shall be submitted unbound in three-ring binders and must be clearly labeled "Proprietary/Competition Sensitive Information" on the cover sheets and in close proximity to this type of information on each applicable page. Proprietary/competition sensitive information will be protected from disclosure. The paper copies and the electronic versions must be identical in all respects. Page size shall be 8.5 x 11 inches, not including foldouts. Pages shall be single-spaced. The font size shall be no less than 12 point. Use at least 1-inch margins. No classified information should be included in contractor submittals. Capability and availability of facilities: Provide information on any facility reserves you may possess to increase production capacity. Original Point of Contact Place of Performance Address: 668 AESS/PK, Attn: Mr. Lucas Jacobsen and Mr. John R. Shock, 1895 5th Street, Bldg. 46, Wright-Patterson AFB, OH 45433-7200, USA
- Record
- SN01277907-W 20070422/070420220817 (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 |