Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 26, 2008 FBO #2557
SOURCES SOUGHT

C -- ACES Modularity Improvement

Notice Date
11/24/2008
 
Notice Type
Sources Sought
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 7980 Lindbergh Landing, Brooks City-Base, Texas, 78235-5119, United States
 
ZIP Code
78235-5119
 
Solicitation Number
ACES-Modularity-Improvement
 
Archive Date
12/27/2008
 
Point of Contact
Alice P. Sanders,, Phone: 210-536-3992, Kathy Islas,, Phone: 210-536-6386
 
E-Mail Address
alice.sanders@brooks.af.mil, kathleen.islas@brooks.af.mil
 
Small Business Set-Aside
N/A
 
Description
This announcement constitutes a Sources Sought Synopsis (SSS). The 77th Aeronautical Systems Group, Brooks City-Base TX is seeking sources for a requirement to acquire coherent, technically consistent, engineering and manufacturing development support that will enhance the survivability of aircrew members through improved performance, maintainability, and availability of the Advanced Concept Ejection Seat (ACES) family of ejection seat aircraft (A-10, B-1, B-2, F-15, F-16 and F-22) without aircraft modification. The principal goals of this effort are to develop and qualify modification improvements that will keep pace with aircraft operational mission requirements, and address aircrew safety issues associated with high-speed/high altitude operating environments. Additionally, this effort will allow for an increase in ejection seat capability to support an expanded anthropometric aircrew range, extended ejection envelope for altitude and speed, and an improved maintainability capability that significantly reduces ejection seat maintenance downtime, resulting in increased aircraft operational availability. The respondent will develop, design, and build prototypes test articles that will demonstrate that a field-level modification can be retrofitted to existing ACES ejection seat aircraft without aircraft modification. The respondent shall furnish all plant facilities, labor, equipment, special tools, test equipment, and materials. Government drawings, tooling, and facilities to manufacture these kits are not available. The resulting contract will cover all engineering, manufacturing, qualification testing on applicable sub-systems, integration, and any necessary development testing associated with improving the operation and maintenance of the ACES ejection seat. This will be accomplished by incorporating controllable propulsion subsystems to optimize terrain clearance during the ejection sequence, upgrading ejection seat sequencing and sensing subsystems for safer/faster/more reliable operation, and allowing the ejection seat to be removed from its crew station without the requirement to remove the aircraft canopy/hatch, which will significantly increase aircraft availability. Additionally, this contract will address improving the ability to eliminate/mitigate limb flailing during high-speed ejection, and optimizing aircrew accommodation improvements for better access to aircraft controls and improved body position for aircraft operation and ejection. This contract will cover all engineering and manufacturing efforts required in support of trade studies, preliminary designs, final designs, and design verification to determine the merits of the services described above. Formal responses to this SSS should also detail the experience, capabilities, and rights to proprietary drawings, as briefly outlined above, to the Government. THE SUBMISSION OF THIS INFORMATION IS FOR PLANNING PURPOSES ONLY. NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT TO PAY FOR ANY ITEMS/SERVICES FOR THE INFORMATION RECEIVED. NO SOLICITATION DOCUMENT EXISTS AT THIS TIME. PLEASE NOTE THAT TELEPHONE REQUESTS WILL NOT BE HONORED.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=f8d93b3c3843424b4f4adc8b23459e22&tab=core&_cview=1)
 
Place of Performance
Address: Contractor's facility, United States
 
Record
SN01709521-W 20081126/081124214844-f8d93b3c3843424b4f4adc8b23459e22 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.