SOURCES SOUGHT
99 -- REQUEST FOR INFORMATION: Remote Controlled Common Aircraft Positioner
- Notice Date
- 9/19/2022 8:51:36 AM
- Notice Type
- Sources Sought
- Contracting Office
- W39L USA NG READINESS CENTER ARLINGTON VA 22204-1382 USA
- ZIP Code
- 22204-1382
- Solicitation Number
- W9133L22XAT02
- Response Due
- 10/13/2022 1:30:00 PM
- Point of Contact
- Hollie A Hansen, Phone: 5206030817, Elizabeth R. Henderson
- E-Mail Address
-
hollie.hansen@us.af.mil, elizabeth.r.henderson6.civ@army.mil
(hollie.hansen@us.af.mil, elizabeth.r.henderson6.civ@army.mil)
- Description
- Request for Information (RFI) Remote Control Common Aircraft Positioner (CAP) FAR 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this request for information, your response will be treated as information only.� It shall not be used as a proposal. (c) This solicitation is issued for the purpose of: Identifying sources and information for a Common Aircraft Positioner (CAP) to meet the agency requirement as listed below.� The Air National Guard Readiness Center (ANGRC) Detachment 11 / Air National Guard (ANG) Air Force Reserve Command (AFRC) Test Center (AATC) Maintenance and Logistics Division is seeking potential sources and capability information for remotely controlled CAP to support the current AATC fleet of fighter aircraft.� Specifically, AATC is seeking information and sources for a CAP with the following capabilities and features: Remotely controlled (wired / wireless) A 360-degree rotating tire capture system capable of eliminating movement or rotation of nose landing gear components during positioning. Ability to perform towing operations on aircraft weighing a maximum of 34 tons. Ability to perform front nose gear capture for F-15, F-16 and A-10 aircraft nose landing gear wheels with little to no modification required. Ability to capture aircraft wheel sizes 12 to 17 inches in diameter and 9.5 inches wide, but adjustable to fit a variety of aircraft wheel sizes. To lessen stress on the nose landing gear (NLG), which is stressed in 2015 Safety Investigation report released by Hill Air Force Base, F-16 Tow Mishap Resolution Program Final Report, the positioner should be capable of turning the aircraft without turning the nose landing wheel and may capture the wheel from multiple sides of the wheel.� This facilitates capture in tight confines or around other obstacles. Designs that reduce nose landing gear stressors may be considered. Ability to operate for 8 hours without recharge in normal weather conditions, 6 hours without recharge in excessive hot and cold weather conditions (-20F to +120F). Positioners utilizing hydraulics or electrical components to capture and secure the aircraft must include manually actuate disconnects to allow for removal in case of positioner failure. Remote controllers must provide continuous, uninterrupted connection to the positioner at a minimum of six feet. Positioners must include methods for auto braking or emergency stop and hold in case of any failures. Positioners shall have cargo tie downs, each with a minimum operating load capability twice the weight of the positioner. Positioners must incorporate fixtures and/or markings permitting external lifting by forklift. Positioner will be transportable by military cargo aircraft, spring-ride truck or trailer, rail car, and boat or ship, and shall meet the ramp negotiation requirements specified in AS8090 for Type I, Class 2 equipment ground mobility. External servicing must be performed utilizing currently fielded ground servicing systems or tools. Models and manufacturers of these servicing systems and tools can be provided upon request. Commercial, non-developmental systems may be included in the information provided. Interested parties capable of providing information that meets or exceeds this requirement shall provide the following: A cover page that includes the business name, RFI announcement number, unique title, technology area(s), names, addresses, telephone numbers, and email addresses of technical/business points of contact. A Technical Description which includes information in the following areas: System Name and Model Function System Picture A brief description of the technology used by this product Specifics on how the system meets the parameters identified Special limitations, hazards and/or special requirements such as radiation sources or toxic chemicals A summary of any special features or capabilities not contained herein that improve the overall ability of the equipment. A summary of vendor and/or third-party certifications and/or documented results of testing system parameters. � These system parameters do not necessarily represent the minimum acceptable capabilities and are supplied as guidance only. The following are a definition of each parameter and the types of information requested for each parameter. What is the weight of the system? Power: What type of power does the system use (28v DC)? Information may be provided in the form of white papers, power point presentations, brochures, and specifications sheets Limit responses to ten (10) pages Send questions regarding this RFI and required documentation via e-mail to the AATC Contract Specialist by the time indicated in the announcement.� Include the RFI announcement number in the subject line.� Contracting Office Address: ANG AFRC Test Center (AATC) 1600 E. Super Sabre Dr., Bldg. 10 Tucson, AZ 85706 Point of Contact(s): Test Program POC: Mr. Sheldon Brown, sheldon.brown.1@us.af.mil, 520-295-6946 Technical POC: SMSgt Daniel Koob, daniel.koob.1@us.af.mil, 520-295-6955
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/a44d70107dcf4ed1ba4094ea2f482881/view)
- Record
- SN06471292-F 20220921/220919230122 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |