SOLICITATION NOTICE
16 -- Automatic Deployment Unit and Powered Inertia Reel Device For T-38C Ejection Seat
- Notice Date
- 5/2/2025 11:19:10 AM
- Notice Type
- Presolicitation
- NAICS
- 336
—
- Contracting Office
- FA8517 AFSC PZAAC ROBINS AFB GA 31098-1670 USA
- ZIP Code
- 31098-1670
- Solicitation Number
- T-38CEjectionSeatRFI
- Response Due
- 5/30/2025 2:30:00 PM
- Archive Date
- 06/14/2025
- Point of Contact
- GEORGE, KINSER G CIV USAF AFMC AFSC/PZAAC, Marwa Fuller
- E-Mail Address
-
kinser.george@us.af.mil, marwa.fuller@us.af.mil
(kinser.george@us.af.mil, marwa.fuller@us.af.mil)
- Description
- REQUEST FOR INFORMATION (RFI) Automatic Deployment Unit and Powered Inertia Reel Device For T-38C Ejection Seat The Government is conducting market research to identify potential sources that possess the necessary expertise, capabilities, and experience to meet qualification requirements to overhaul/repair the automatic deployment unit (ADU) and powered inertia reel device (PIRD) components. The level of security clearance and amount of foreign participation in this requirement has not been determined. The last known vendor to repair these items were Martin Baker America. The technical data to repair/overhaul this item is not owned by the Government and is uneconomical to acquire the data by purchase or reverse engineering. No samples are available for potential suppliers to evaluate. 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 subcontractor�s facility. Contractor furnished material or parts used for replacement shall equal or exceed the quality of the original material or parts. Contractors/Institutions responding to this market research are placed on notice that participation of this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation of this survey. FAR 52.215-3, Request for Information or Solicitation for Planning Purposes (Oct 1997) applies to this request for proposal: 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. 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. This solicitation is issued for the purpose of: Automatic Deployment unit and Powered Inertia Reel Device INSTRUCTIONS: The document(s) below contain a description of the automatic deployment unit and powered inertia reel device for the T-38C Ejection Seat. A Contractor Capability Survey is also included. The Survey allows Contractors to provide their company�s capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company�s capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement (i.e., teaming, subcontracting, etc.) Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to the PCO. [Marwa Fuller AFSC/PZAA Contracting Officer Support Equipment/ATS Contracting Section marwa.fuller@us.af.mil] PURPOSE/DESCRIPTION The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to overhaul/repair the automatic deployment unit and powered inertia reel device. The powered inertia reel or PIRD is located in the center of the seat back just below the headrest. The inertia reel device fulfills two functions: (1) it acts like the shoulder belt in a car, restraining the pilot against a 2gx forward (-x) motion and (2) upon ejection, it retracts the pilot to an upright posture to minimize the possibility of spinal damage due to spinal misalignment upon catapult ignition. On the left side of the seat bucket there is the automatic deployment unit which allows the crew member to manually lock the reel prior to intense maneuvers or landing to prevent possible injuries. Firing of the seat is normally actuated by pulling one of the ejection automatic deployment unit handles mounted on the seat bucket sides. The side pull handles are mechanically linked so that raising one will lift the other as well. Raising the handles actuates a pair of initiators via mechanical linkages. The government does not own the data or the rights to the data needed to complete the repair/overhaul of these items. NSN Noun Part Number 1680-99-582-2695MH Powered Inertia Reel Device MBEU200425-1 1680-99-695-3410MH Automatic Deployment Unit MBEU201010 CONTRACTOR CAPABILITY SURVEY Powered Inertia Reel Device NSN 1680-99-582-2695MH (P/N: MBEU200425-1); Automatic Deployment Unit NSN 1680-99-695-3410MH (P/N: MBEU201010); Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: � Company/Institute Name: � Address: � Point of Contact: � CAGE Code: Phone Number: E-mail Address: Web Page URL: � Size of business pursuant to North American Industry Classification System (NAICS) Code: __________. Based on the above NAICS Code, state whether your company is: Small Business (Yes / No) Woman Owned Small Business (Yes / No) Small Disadvantaged Business (Yes / No) 8(a) Certified (Yes / No) HUBZone Certified (Yes / No) Veteran Owned Small Business (Yes / No) Service Disabled Veteran Small Business (Yes / No) Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). Written correspondence by e-mail must be received no later than close of business __ June 2025. Please ensure data is in readable electronic format that can be received through a firewall. Attachments shall not exceed 10 MB per email. Send your response to email address: [Marwa Fuller AFSC/PZAA Contracting Officer Support Equipment/ATS Contracting Section marwa.fuller@us.af.mil] Questions relative to this market research should be addressed to the Procurement Contracting Officer (PCO) at email: [Marwa Fuller AFSC/PZAA Contracting Officer Support Equipment/ATS Contracting Section marwa.fuller@us.af.mil]. Part II. Capability Survey Questions General Capability Questions: Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). Describe your company�s experience in repairing the Part Number/NSNs listed above. Describe your company's capabilities for generating, handling, processing and storing classified material and data. Describe your company's capabilities and experience in generating technical data, engineering drawings and manuals. Identify what software programs are utilized to generate these data products and what formats are available for delivered items. What is your company�s current maximum capacity per month for this particular type of requirement? Provide information on any facility reserves you may possess to increase capacity in the event of an immediate need do to critical operational mission requirements. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). Provide a detailed quality plan implementing AS9100 (or equivalent). Repair Questions Describe your capabilities and experience in repairing components (hardware) to solve maintenance and support problems in the repair environment with regard to the requirements of this effort. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to repairing these items. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems? Discuss your process for addressing any fit, form, and or function issues that may arise out of the requirements of this effort. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and repair status to your customer. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc. If the item cannot be repaired in total, state what your organization can repair. Commerciality Questions: Is there established catalog or market prices for our requirement? If you offer this product and/or service to both U.S. Government and commercial sources, is the same workforce used for both the U.S. Government and general public? Is our requirement offered to both under similar terms and conditions? Briefly describe any differences. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/fae6a24c56274a98a6627fd6ba9726bf/view)
- Place of Performance
- Address: USA
- Country: USA
- Country: USA
- Record
- SN07429409-F 20250504/250502230051 (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 |