SOURCES SOUGHT
99 -- Sources Sought - KC-46A Air Start Cart
- Notice Date
- 4/23/2025 6:24:31 AM
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- FA8609 AFLCMC WLCK KC46 WRIGHT PATTERSON AFB OH 45433-7108 USA
- ZIP Code
- 45433-7108
- Solicitation Number
- A11056
- Response Due
- 5/14/2025 2:00:00 PM
- Archive Date
- 05/29/2025
- Point of Contact
- Steven Reyes, Justin Rector
- E-Mail Address
-
steven.reyes.21@us.af.mil, Justin.rector.1@us.af.mil
(steven.reyes.21@us.af.mil, Justin.rector.1@us.af.mil)
- Description
- REQUEST FOR INFORMATION KC-46A Air Start Cart AFLCMC/WLC Description This RFI seeks information from contractors capable of providing Air Start Carts (ASCs) meeting the requirements of the KC-46A aircraft. This information will support potential future procurement actions. THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. This RFI is issued solely for information and planning purposes � it does not constitute a Request for Quote (RFQ) or a promise to issue an RFQ in the future. This request for information does not commit the Government to contract for any supply or service whatsoever. Further, the Government is not at this time seeking quotes and will not accept unsolicited quotes. Respondents are advised that the U.S. Government will not pay for any information or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely at the interested party�s expense. Not responding to this RFI does not preclude participation in any future RFQ, if any is issued. Background The KC-46A Pegasus is a critical aerial refueling asset. To ensure mission readiness, the Air Force requires reliable and readily available ASCs compatible with the KC-46A aircraft. Scope The Government seeks information on ASCs capable of providing bleed air to the KC-46A aircraft, meeting the specifications outlined below. The Government is interested in both new and refurbished/overhauled ASC options. Technical Specifications: Compliance with Standards: DAFMAN 91-203 (Air Force Occupational Safety, Fire and Health (AFOSH) Standards) MIL-STD-1366E (Standardization and interoperability) Dimensions Width of system not to exceed (NTE) 80 inches Height of system not to exceed (NTE) 97 inches Performance: Volume Bleed Air: 160 - 300 lbs/min Pressure Bleed Air: 36 PSIA minimum Maintain specified performance across all operational conditions Fuel capability: JP-4, JP-5, JP-8, DF-1, DF-2, Jet A, Jet A-1, Jet B Embedded diagnostics for systems status Operational Environment: Ambient ground atmospheric pressure range: 15.24 psia to 10.11 psia Day and night operation capability Deployability: Air transportable by military aircraft (compliant with airlift and tie-down regulations) Air Transportability Test Loading Activity (ATTLA) certified or certifiable Maximum weight of 5000 lbs. for Air Transportability Environmental Performance: Temperature: -40�F to +130�F Humidity: 0% to 95% relative humidity Precipitation: Withstand 6 hours of heavy rainfall (0.30 in/h) with 25 mph wind Salt Fog: Per DO-160 Section 14, Category S Sand and Dust: As defined in DO-160 Section 12 Snow and Ice: Per MIL-STD-810G, Part 3, Sections 5.3 and 5.4 Solar Radiation: Withstand direct solar radiation without degradation Safety and Health: No introduction of hazardous materials or waste beyond KC-46A Air Vehicle baseline Compliance with OSHA, EPA, and applicable hazardous materials regulations Grounding and Bonding: Provisions for attaching a grounding wire (compliant with MIL-STD-464, Section 5.12) Tested and certified to meet grounding and bonding requirements Vibration and Shock Resistance: Withstand mechanical shock loads and severe transient vibration per MIL-STD-810G Wind Resistance: Withstand ground wind conditions as specified in MIL-STD-210C, Paragraph 5.1.10 Specify operational wind speed limits for safe usage (if applicable) Additional Considerations: Expected service life and maintenance requirements Mean Time Between Failures (MTBF) and Mean Time to Repair (MTTR) Information Requested / Instructions for Response Interested parties should submit a capability package, not to exceed 10 pages excluding the cover page, addressing the following: Technical Capability: Demonstrate your company's ability to provide ASCs meeting the above specifications. Include information on: Relevant experience with ASC design, manufacturing, refurbishment, or overhaul Technical expertise and qualifications of personnel Manufacturing facilities and quality control processes Compliance with specified standards and regulations Production Capacity: Lead time for delivering new and refurbished/overhauled ASCs Maximum annual production capacity Cost Information: Estimated unit cost for new and refurbished/overhauled ASCs Potential quantity discounts Support and Maintenance: Availability of spare parts and technical support Warranty provisions On-site training options Business Information: Company name, address, phone number, email address, website Point of Contact information Cage Code, Unique Entity Identifier (UEI) Number Business size/socio-economic status (large, small, 8(a), etc.) for NAICS 336413 Highest security clearance held by the company Verification of business status (Small, Small Disadvantaged, Woman-Owned, 8(a) Certified, Service-Disabled Veteran-Owned Business, etc.) Past Performance: Provide a list of relevant Government and/or commercial contracts within the past five years, including: Contract number and description of services Contracting officer's name, address, and telephone number Program manager's, project leads, and/or technical lead's name, address, telephone number, and a list of tasks performed for these personnel Formatting Requirements: Page size: 8.5 x 11 inches (foldouts permitted but counted towards total page count) Single-spaced, Arial font (10-12 point) Margins: 1 inch top/bottom, � inch sides Submission Instructions: Responses are due no later than 1700 EST on 14 May 2025 to: Contract Specialist: Steven Reyes, steven.reyes.21@us.af.mil Contracting Officer: Justin Rector, justin.rector.1@us.af.mil Note: Late submissions will not be accepted. Proprietary data should be clearly marked. Responses to the RFI will not be returned.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/34ff1e73e65b41949076ec1590767eb6/view)
- Place of Performance
- Address: Tinker AFB, OK 73145, USA
- Zip Code: 73145
- Country: USA
- Zip Code: 73145
- Record
- SN07419521-F 20250425/250423230056 (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 |