SOURCES SOUGHT
N -- C/KC-135 VOR/ILS Installations - RFI
- Notice Date
- 10/3/2017
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- CKC135_VORILS_Installations
- Archive Date
- 11/18/2017
- Point of Contact
- William L. Loftis, Phone: 4057367489, Evan Frey, Phone: 4057349645
- E-Mail Address
-
William.Loftis@us.af.mil, evan.frey@us.af.mil
(William.Loftis@us.af.mil, evan.frey@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- RFI for C/KC-135 VOR/ILS Installations REQUEST FOR INFORMATION (RFI) Installation of VOR/ILS on C/KC-135 PURPOSE The AFLCMC/WKK, Legacy Tanker Contracting Office, Tinker AFB, OK, is conducting market research to determine the estimated cost, schedule, and performance parameters required to install a very high frequency (VHF) omni-directional ranging Instrument Landing System (ILS), also known as VOR/ILS on 13 C/KC-135. DESCRIPTION This request defines the work to be performed by the Contractor for the Government to validate, verify, and install the VHF Omnidirectional-Ranging /Instrument Landing System (VOR/ILS) antenna kit. The work performed by the Contractor shall consist of managing, and installing up to 13ea VOR/ILS antenna kits on the KC135. THE VOR/ILS kits are already in the possession of the government and will be provided. TCTO: 1C-135-1799 exists to reference removal and replacement of the VOR/ILS antenna on select C/KC-135. (Also, the following T.O paragraphs cover removal and installation of the vertical. T.O. 1C-135-2-2-2 Vertical Fin Fold and Removal: Para 16.24 and Vertical Fin Installation and Erection: 16.25). This work is required to support the installation of up to 13ea VOR/ILS antenna kits on the C/KC-135 aircraft. This effort is urgent to complete the modification on the remaining aircrafts to meet warfighter capabilities. Any further delay would result in serious schedule & financial consequences to the government. The VOR/ILS provides visual indication of the position error of the aircraft from a selected VOR station radial or from an instrument landing system. As such, structural and aerodynamic analysis, ground/flight tests, and a trial installation might be required to evaluate the operational safety, suitability, and effectiveness of the new antenna system on the C/KC-135 aircraft. We currently need up to 13, VOR/ILS antenna kits installed to complete the final installation of the VOR/ILS modification. The solution to this problem is to modify the C/KC-135 with a supportable VOR/ILS antenna kit to allow completion of the VOR/ILS modification with the new capability and ensure sustained operation of the C/KC-135 VOR/ILS function. Aircraft will be made available as possible. Contractor shall select a location for the modification to be performed. The government will deliver the kits to the appropriate location of the installation to have the installation performed. Contractor shall furnish all material, support equipment, tools, test equipment, and services. The contractor is responsible for providing, maintaining, and calibrating all support equipment required at their facility or a subcontractors facility. All checks, certifications, and airworthiness for the aircraft must be performed for the C/KC135 to be operational RESPONSE Responses shall address: Estimated cost to build the structural portion and procuring the parts Kit delivery schedule/production quantities per week/biweekly/month Description of parts if different from those desired by the government 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: Attn: Mr. William Loftis, Jr. or Evan Frey Or, respondents may wish to respond to william.loftis@us.af.mil or evan.frey@us.af.mil. PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 3 Novemer 2017. Responses must be received no later than 3 November 2017. 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. 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 405-739-7489 directly.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/CKC135_VORILS_Installations/listing.html)
- Place of Performance
- Address: 3001 Staff Dr. STE 2AI 85A, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Zip Code: 73145
- Record
- SN04703930-W 20171005/171003231130-71adc2d8e7960b8f59fe75ded92fe685 (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 |