Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 29, 2010 FBO #3261
SOURCES SOUGHT

15 -- VHF Omni-Directional Radio (VOR)/Localizer (LOC)/Instrument Landing System (ILS) antenna installation - Draft T.O.

Notice Date
10/27/2010
 
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
FA8105-11-VOR
 
Archive Date
11/25/2010
 
Point of Contact
Jimmy A. Stephens, Phone: 4057394131
 
E-Mail Address
jimmy.stephens@tinker.af.mil
(jimmy.stephens@tinker.af.mil)
 
Small Business Set-Aside
N/A
 
Description
TCTO 1C-135-1799 - REMOVAL AND REPLACEMENT OF THE VOR/LOC ANTENNA ON SELECT KC-135R/T OC-135B BLOCK 40 AIRCRAFT PURPOSE The C/KC-135 Contracting Branch, OC-ALC/GKCK, is conducting market research to determine cost, schedule and performance parameter required to install a new VHF Omni-Directional Radio (VOR)/Localizer (LOC)/Instrument Landing System (ILS) antenna on the vertical tail of the aircraft in accordance with the provided government drawings. DESCRIPTION The current C/KC-135 VOR antenna is becoming unsupportable. A replacement antenna has been selected. Additional structural support is needed in the vertical tail for the installation of this VOR antenna. The government would like responses from industry regarding the cost and schedule to install a Government provided modification kit on up to 415 C/KC-135 aircraft at a contractor's facility to assist the Government in defining the acquisition strategy. The installation of the structural kit and antenna requires removing and re-installing the vertical tail from the aircraft. During installation the wave guide must be removed from the tail. Removal of the vertical tail from the aircraft must follow procedures outlined in Technical Order (T.O.) 1C-135(K)R-2-2JG-19. The contractor must comply with the installation procedures outlined in Time Compliance Technical Order (TCTO) 1C-135-1799. Upon completion of the installation, a functional check flight (FCF) will be conducted consistent with AFMAN 11-217V3, which provides guidance for operational checks of approved system installation, and will verify operation of any system affected by removal of the vertical and the new VOR antenna. A Tailored FCF Checks required for the VOR/LOC Antenna Replacement would be as follows: Interior Inspection: 23. Rudder & Trim Tabs - Check Starting Engines and Before Taxi: 13. EFAS - Check After Takeoff - Climb: 2. Rudder Hydraulic Pressure - Check and 3. EFAS - Disengaged Cruise: Flight Control System Trim Check (exclude steps 13, 14, 18 - 25); VOR & TACAN Navigational Radio Receivers Check; Datalink Status Check; HF Voice Communications Check and EFAS Check In addition, a Localizer approach would be required to ensure the two receivers give the same info (verify visually during final approach). There is no -6CF-1 guidance for this. It should be noted that the Government is currently contemplating placing this workload against the existing C/KC-135 Programmed Depot Maintenance contract, FA8105-07-D-0002, (Boeing) the scope of which encompasses modification installs. This decision is based on current Cost Benefit Analysis (CBA) data. However, the Government is open to alternative proposals from industry which would provide a more cost effective approach. RESPONSE Responses should address: 1. Installation costs 2. Installation hours required per aircraft 3. If proposal contemplates performance in conjunction with an existing contract 4. Support equipment and special tools necessary for installation 5. Checkflight costs 6. Total time required from receipt to delivery of aircraft 7. Planned rates for over and above maintenance Through this Request for Information (RFI) the Air Force is soliciting information in regard to the requirements listed above. It is emphasized that the Government will not pay for contractor efforts to respond to this RFI. This RFI is an expression of interest only and does not obligate the Air Force to pay any proposal preparation and prototype costs or to award any contracts, grants, cooperative agreements, or other transactions. Nor is the Government obligated in any other way by this request. Information obtained from this document is for planning purposes only. Participants are advised that only Air Force Contracting Officers are legally authorized to commit the Government to the obligation of funds. Interested sources must reply to this RFI no later than 5:00 PM CST 10 Nov 2010. Any questions may be directed to the undersigned at (405) 739-4131, or by e-mail to jimmy.stephens@tinker.af.mil.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8105-11-VOR/listing.html)
 
Place of Performance
Address: TBD, United States
 
Record
SN02317449-W 20101029/101027233930-04674ac105e77f48268a0ce119bd1aa5 (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.