The RFP Database
New business relationships start here

B-52 Anti-Skid Valve Redesign Project


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

 


1.  NOTICE:  This is not a solicitation but rather a Sources Sought Synopsis to determine potential sources for information and planning purposes only.


1.1 The purpose of this Sources Sought is to conduct market research to determine if responsible sources exist, to assist in determining if this effort can be competitive and/or a total Small Business Set-Aside.  The proposed North American Industry Classification Systems (NAICS) Code is _541330__ which has a corresponding Size standard of _$41.5M__.  The Government will use this information to determine the best acquisition strategy for this procurement.  The Government is interested in all small businesses to include 8(a), Service-Disabled Veteran-Owned, HUBZone, and Women-Owned small business concerns.  The government requests that interested parties respond to this notice if applicable and identify your small business status to the identified NAICS code.  Additionally, please provide any anticipated teaming arrangements, along with a description of similar services offered to the Government and to commercial customers for the past three years.  Any responses involving teaming agreements should delineate between the work that will be accomplished by the prime and the work accomplished by the teaming partners.


2.  Program Details: The Landing Gear Program Office at Hill AFB is seeking engineering services support a redesign for the B-52 Antiskid Valve. The contract requirement is to manage the design development, qualification, airworthiness certification, and implementation phases of the redesign program.  This effort involves close coordination with the Original Equipment Manufacturer, Crane Aerospace, to redesign P/N 39-965 valve to minimize internal leakage when the antiskid system is off with no external power. Qualification shall include independent assembly testing per a USAF approved Anti-Skid Valve qualification test plan and system verification tests via Hardware-In-The-Loop (HITL) simulation to demonstrate all compliance with the requirements of current B-52 System Performance Specification and aircraft operational envelope.  Prototype test assets shall be delivered to support concurrent flight test with the B-52 Wheel/Brake System Improvement Program.  In depth knowledge and expertise of the B-52 aircraft hydraulics, antiskid, and braking systems is required. 

3. RESPONSES

 

•3.1 Responses shall address whether the interested party is capable of providing the engineering services for the B-52 Anti-Skid Valve Project. When responding please include the following information:

 

•a.       Company name and CAGE code.

•b.       Point of contact information. Please provide an email address and phone number.

•c.       Suggested NAICS Code, if 541330 is not considered appropriate for this effort.

•d.       Business classification (e.g. large or small, 8(a), woman-owned, etc.)

•e.       U.S. or foreign-owned entity.

•f.        Experiences with same or similar items and/or support. Please describe.

•g.       Would you be a prime or subcontractor?

 

•3.2 THIS IS A REQUEST FOR INFORMATION ONLY. This sources sought synopsis is issued solely for informational and planning purposes. It does not constitute a solicitation (Request for Proposal or Request for Quotation) or a promise to issue a solicitation in the future. As stipulated in FAR 15.201(e), responses to this notice are not considered offers, shall not be used as a proposal, and cannot be accepted by the Government to form a binding contract. This sources sought synopsis does not commit the Government to contract for any supply or service whatsoever; furthermore, the Government is not seeking proposals at this time. Respondents are advised that the Government will not pay for any information or administrative costs incurred in response to this synopsis. All costs associated with responding to this synopsis will be solely at the responding party's expense. The Government requests that non-proprietary information be submitted in response; however, should proprietary information be submitted, it should be marked "PROPRIETARY" and will be handled accordingly. The Government shall not be liable for or suffer any consequential damages for any proprietary information not properly identified. Proprietary information will be safeguarded in accordance with the applicable Government regulations.

 

•3.3 Respondents are requested to provide an executive summary, relevant history, and evidence of capability to successfully perform the effort, not to exceed 5 pages. Copies of your submitted information will be distributed to the (AFMC 417 SCMS) and the Contracting Officer for review. Interested parties are requested to submit one (1) copy of the aforementioned summary to the contracting officer christian.barwick@us.af.mil no later than 30 calendar days after publication of this notice. Telephone and/or FAX responses will not be accepted.


Tiffani Foster, Contracting Specialist/Buyer, Phone 8015866240, Email tiffani.foster@us.af.mil - Christian Barwick, Contracting Officer, Phone 801-775-4631, Email christian.barwick@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP