Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 18, 2010 FBO #3008
SOURCES SOUGHT

16 -- RFI Hydraulic System Pump Upgrade to KC-135

Notice Date
2/16/2010
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, Tinker OC-ALC - (Central Contracting), 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015
 
ZIP Code
73145-3015
 
Solicitation Number
827ACSG-PK16MAR10
 
Archive Date
3/24/2010
 
Point of Contact
Gregory T. Metty, Phone: 405-739-4343, Albert W Hall, Phone: (405)739-5452
 
E-Mail Address
gregory.metty@tinker.af.mil, albert.hall@tinker.af.mil
(gregory.metty@tinker.af.mil, albert.hall@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
REQUEST FOR INFORMATION (RFI) Hydraulic System Auxiliary Pump (Left and Right) Upgrade to KC-135R/T/OC-B (419 aircraft in total). PURPOSE The 827th Aircraft Sustainment Group Contracting Office (827 ACSG/PK), Tinker AFB OK, is conducting market research to determine estimated cost of developing and installing a Hydraulic System Auxiliary Pump (Left and Right) Upgrade to meet all of the requirements in table 1. This solution should address meeting requirements in table 1 and should not be limited to replacement of both the left and right pumps. The optimal solution would provide an independent, onboard method of supplying hydraulic fluid with appropriate pressure/capacity to both the left and right hydraulic systems during ground operations. The hydraulic pump solution should be capable of accepting DC power for the purpose of charging the brake system for aircraft movement. DESCRIPTION The KC-135 R/T/OC-B hydraulic system consists of four engine driven hydraulic pumps (NSN 4320-01-242-5153HS/PN PV3-205-39), one on each engine, that provide 3000 PSI to two separate hydraulic systems at 22.5 gallons per minute (GPM) flow. In addition, there are two auxiliary pumps (NSN 3010-00-5675873RK/PN DO81 (DC Motor), 4320-00-864-8677HS/PN PF24-3906-24ZH4 [Right Hand Pump], NSN 4320-00-768-6345HS/PN 65W01020 [Left Hand Pump]) both rated at 0.76 GPM flow. However, the 0.76 GPM flow from the current auxiliary pumps does not allow proper flow to support testing of all hydraulic systems. To facilitate ground testing, maintainers are required to run engines/or use the MJ-2A hydraulic test stand and the A/M 32A-86 electric cart. Requiring maintainers to run engines and/or test equipment is time consuming and costly to the Government. Providing an independent, onboard method of supplying hydraulic fluid with appropriate pressure/capacity to both the left and right hydraulic systems would alleviate the burden of maintenance activities (use of hydraulic test stand) which would result in a manpower savings, avoid engine runs for pre-flight checks that would result in fuel saving, and increase aircraft availability to support the warfighter. The Government is seeking a Government off the shelf or commercial off the shelf solution that provides capability to sustain continuous operation of all hydraulic systems on the aircraft without use of external support equipment and engines. If these requirements cannot be met, please provide the systems that cannot be supported by the proposed solution. RESPONSE Responses shall address: 1. Developmental schedule (duration from contract award to on aircraft testing completion) 2. Estimated developmental cost (including nonrecurring engineering and technical data 3. Estimated A kit (items normally necessary to modify A/C) and B kit (end items such as line replaceable units) production cost broken down by system 4. Estimated installation cost with installation hours (broken down by system) 5. The components/methods proposed to be replaced or modified 6. The expected reliability maintainability & availability (RMA) improvement of replacement components 7. Reduction of total ownership cost 8. The basis for this expected improvement (for example, from analysis or demonstrated performance) 9. Details of proposed replacement components/methods to include, but not limited to, items such as electrical, hydraulic power system requirements, airworthiness certifications actions completed, current usage on other systems or in development, logistics support requirements/availability (parts supply, spares, repair, support equipment, tech data, etc.) 10. The Rough Order of Magnitude (ROM) estimated costs for nonrecurring engineering, kits, and installation. Include estimated delivery schedule and product availability 11. Component lead times (longest lead time only for each system is required) 12. Maximum aircraft modified per year Table 1. Hydraulic System Requirements Left Side Component Quantity Flow (EA) Rate AR Pump (Fwd) 4 17 gpm Spoilers - Up Actuation (Inboard) 8 0.037 gal/cycle Pilot Brakes 1 3000 PSI Emergency Brakes 1 3000 PSI NLG Swing - Up Actuation 1 0.41 gal/cycle NLG Steering 1 0.2 gal/cycle MLG Swing - Up Actuation 2 1.48 gal/cycle System Leakage 1 0.3 gpm Right Side Component Quantity Flow (EA) Rate AR Pump (Aft) 4 17 gpm Flap Flow Regulator 2 4.2 gpm Leading Edge Flaps - Actuation 8 0.02 gal/cycle Spoilers - Up Actuation (Outboard) 8 0.037 gal/cycle Boom Hoist Motor 1 0.6 gpm Boom Hoist Tension Motor Regulator 1 1.75 gpm Boom Extension Motor 1 7.8 gpm Boom Ruddevator Actuator 2 0.05 gal/cycle Copilots Generator 1 1.8 gpm Rudder - PCU 1 3 gpm Copilot Brakes 1 3000 PSI System Leakage 1 0.3 gpm Interested firms should also include the following in their response: - Company Name and Address - CAGE Code (if available) - Point of Contact - Size of Business (i.e. Large/Small Business, Small Disadvantaged Business, 8 (a) concern, Minority-Owned Business) - U.S. or Foreign Owned Entity Submit response (along with any supporting documentation) directly to: 827 ACSG/PK ATTN: Albert Hall cc: Gregory Metty 3001 Staff Dr, STE 2AI 86A Tinker AFB OK 73145-3020 Or, respondents may wish to respond to Gregory.Metty@tinker.af.mil or Albert.Hall@tinker.af.mil. PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 9 Mar 10. Responses must be received no later than 9 Mar 09Feb 10. Documents must be formatted to 8.5 x 11" paper with type no smaller than 10 point font. DISCLAIMER This RFI is not an offer. This RFI is issued solely for information and planning purposes and does not constitute a solicitation. All information received in response to this RFI that is marked "Proprietary" will be handled accordingly. Responses to the RFI will not be returned. In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. Responders are solely responsible for all expenses associates with responding to this RFI. Questions should be directed to PCO/Contract Specialist via email, or call 405-739-5404 directly. ATTENTION: Contractor must be registered with Central Contractor Registration to be eligible for contact award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/827ACSG-PK16MAR10/listing.html)
 
Record
SN02066271-W 20100218/100216234808-1d4a4bd5daf1c7231ff21392c19403b1 (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.