The RFP Database
New business relationships start here

A/S32K-1E Airborne Weapons Loader


New Jersey, United States
Government : Military
RFP
Go to the link
This document has expired, therefore the above link may no longer work.

THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. This is a Request for Information/Sources Sought notice to assist the Naval Air Warfare Center Aircraft Division (NAWCAD) Lakehurst, NJ in conducting market research of industry regarding a planned procurement for an Aerial Stores Lift Truck (A/S32K-12). The Naval Air Warfare Center Lakehurst is requesting information pertaining to the replacement of the existing A/S32K-1E Airborne Weapons Loader. The USMC currently uses the A/S32K-1E for airborne weapons loading and unloading operations. The A/S32K-12 will be required to load and unload weapons from AV-8B, EA-6B, F/A-18 series, AH-1W, AH-1Z, UH-1Y, and F-35B/C as part of the ground support equipment for the USMC expeditionary airfields.

The current A/S32K-1E accomplishes this on the flight line by interfacing with Armament Weapon Support Equipment (AWSE) presented on transport trailers. The A/S32K-12 must be capable of acquiring legacy AWSE adapters or the weapon from the transport trailer, traverse the flight line to the aircraft and position the weapons for loading/unloading on external and internal pylon stations. The Government is requesting information on the availability of a diesel/diesel-electric hybrid powered vehicle with a tethered remote control for fine-positioning of the weapon.


Nominal preliminary requirements for the A/S32K-12 are:


1. Dead man type operator controls.


2. Capable of transporting and loading the weapons currently compatible with the legacy system without requiring new AWSE Adapters.


3. Tie down/lifting attachment points.


4. Ability to lift 5,000 pounds and hold at variable heights above the deck up to 115 inches while moving weapons.


5. Maximum forward and reverse speed when loaded of 8 to 10 mph.


6. The ability to operate continuously 8 hours without refueling.


7. Fine-positioning controls of the unit for final aircraft weapons lock-in should be accomplished by boom controls and/or a tethered remote control.


8. Sample environmental conditions for operation: temperature ranging from -50 degrees F to 140 degrees F (including solar load); 95% relative humidity; blowing rain (four inches per hour with 40 mph winds); blowing sand (150 to 850 micron at winds of 65 mph and a concentration of .06 +/- 0.015 g/ft3); blowing dust (<149 microns at winds of 20 mph and a concentration of 0.3 +/-0.2 g/ft3) and wind blasts up to 90 mph.


As required for any typical Armament Weapon Support Equipment (AWSE), the A/S32K-12 shall be robust, highly reliable, easily maintainable and supportable. The A/S32K-12 shall be capable of meeting vibrations (air/rail/truck transportation), environmental, EMI/EMV and mobility criteria. Human factors engineering shall be utilized to the greatest extent possible to make the A/S32K-12 a "user friendly" item of AWSE.

The anticipated PSC for this requirement is 1730 and the NAICS is 333924. All interested businesses are encouraged to respond.


It is requested that interested parties submit to the contracting office a brief capabilities statement package (no more than 20 pages in length, single spaced, 12-point font minimum) demonstrating ability to meet the requirements, as described above.


This documentation must address, at a minimum, the following:


1. Advantages/disadvantages of a diesel electric generator driving a hydraulic system or an electric system.


2. Integrated Logistics as part of the design process.


3. Operational environment of similar, current products.


4. Design process including the use of modeling, drawing practices, etc.


5. Experience with Armament Weapon Support Equipment and/or Ordnance Handling Equipment.


6. Estimate of delivery times for long lead components.


7. Estimated price information for production units.


8. Estimate of time to design the item - the number of months from contract award to Critical Design Review (CDR). A frozen design and complete technical data package (3D model and drawings) are key elements of the CDR.


9. Estimate of time to build 6 units for testing - the number of months from CDR to start of the test program. Parts procurement and assembly starts at CDR approval.


10. Estimate of production delivery rate (number of units/month).


11. Design features that should be considered for potential inclusion in the performance specification.


The government may host an Industry Day at a later date. Attendees at the Industry Day will have the opportunity to view the current loader and associated equipment and may present their individual questions to NAWCADLKE (not in front of the other respondents). Any updates regarding the Industry Day will be posted under this announcement.


The Government may or may not elect to discuss submissions received in response to this RFI with individual responders. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Any comments provided may or may not be included in a formal solicitation. The Government will not release any information marked with a Proprietary legend, received in response to this RFI/sources sought, to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend. Interested parties are responsible for adequately marking proprietary or competition sensitive information contained in their response. Failure to respond to this RFI does not preclude participation in any future associated RFP that may be issued. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website: www.fbo.gov. It is the potential Offeror's responsibility to monitor this site for the release of any follow-on information.


All responses should be received NO LATER THAN 4:00 PM EST, MONDAY 5 JUNE 2017. Responses should be submitted electronically to the designated Contract Specialist, Jennifer Betchen, in Microsoft Word format or Portable Document Format (PDF) at the following e-mail address: jennifer.betchen@navy.mil. TELEPHONE INQUIRIES WILL NOT BE ACCEPTED. All interested parties should send company and descriptive literature as well as any comments or questions to the designated Contract Specialist, Ms. Jennifer Betchen, via e-mail to jennifer.betchen@navy.mil or fax (732) 323-7440. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this RFI/sources sought. Contracting Office Address: Naval Air Warfare Center Aircraft Division, Contracts Department, Code 252511JB, B562-3, Hwy 547, Joint Base MDL, NJ 08733.


Jennifer Betchen, Contracts Specialist, Phone 7323231193, Fax 732-323-7440, Email jennifer.betchen@navy.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP