The RFP Database
New business relationships start here

Emergency Locator Transmitter (ELT)


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

 

Sources Sought Synopsis- Emergency Locator Transmitter (ELT)

This is a SOURCES SOUGHT SYNOPSIS.  THERE IS NO SOLICITATION AVAILABLE AT THIS TIME.  REQUESTS FOR A SOLICITATION WILL NOT RECEIVE A RESPONSE.  This Sources Sought Synopsis is in support of market research being conducted by the Air Force to identify capable potential sources and to determine if this effort can be competitive or a Small Business Set Aside.  This is not a Request for Proposal (or solicitation) or an indication that a contractual commitment will exist for this requirement.  The Government does not intend to award a contract on the basis of this market research.  No funds are available to fund the information solicited.


 


The United States Air Force, through AFLCMC/WKK at Tinker AFB, OK, is requesting information, pursuant to FAR PART 10, in support of Market Research to identify potential sources to re-host, maintain and update the Emergency Locator Transmitter (ELT). The Government will use this information to determine the best future acquisition strategy for this procurement.


 


The Government requests that interested parties respond to this notice if applicable and identify your business status 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 that will be accomplished by the teaming partners. 

 

Background:
An Emergency Locator Transmitter (ELT)  is required on all USAF aircraft.  The current ELT installed on the KC-135 is no longer procurable due to parts obsolescence issues. The manufacturer of the currrent ELT has discontinued making this product line.  The primary C/KC-135 ELT is a three frequency, one antenna, portable unit that complies with the National Oceanic and Atmospheric Administration (NOAA) requirements of 406MHz, COSPAR SARSAT satellite tracking/monitoring.  The current ELT consists of the ELT control panel, the ELT, a flexible antenna, and an aircraft mounted ELT antenna.  Sustainment Support availability is estimated through 2020.  Due to this, a new ELT will be required for all KC-135 aircraft.  Without an operating ELT, the aircraft is grounded.


 


Technical Requirements:


The requirements listed below are viewed to be an integral part of any technical solution proposed in response to this RFI.  All improvements, deviations, and modifications of these requirements should maintain the intent of the original equipment.


 

•1.      Require a 406 MHz compliant ELT which operates on 406, 121.5 & 243 MHz and be FAA TSO certified for large passenger carrying aircraft.

•2.      The system will include an ELT, mounting solution, a control panel with built-in-test and a buzzer, wiring, method to disable the ELT (Military Function), Aircraft GPS input to the ELT, and Support Equipment to program code the ELT.

•3.      The ELT shall have a field replaceable internal battery that can sustain the 406 MHz signal for a minimum of 50 hours.

•4.      An integrator to provide design data, install data, and technical change order data.

 


Operating Environment:
The KC-135 cargo compartment operating temperatures range from below freezing to over 140 degrees Fahrenheit.  System must be explosion proof, resistant to vibration, and approved for in-flight use.


 


Interface Requirements:


Primary power source should be aircraft. The KC-135 has 115/200 volts AC, 400-hertz, three phase electrical power, single phase 28VAC, and 28 VDC.  The KC-135 has two 24 VDC batteries.  The dissipated power should be minimized to avoid complete battery discharge.


 


Technical Approach:


Please provide a brief high-level technical description of the proposed ELT system.  Ideally, the technical approach should include a scenario illustrating the use of the proposed system.  If applicable, pictures of the system are encouraged.  Briefly address all potential risks.  Describe the type of training that will be required to operate the proposed system.  Briefly summarize how personnel would operate the system.


 


Compatibility:


Explain system compatibility.  Describe any limitations.


 


Environmental Testing:


State the type of environmental testing that has been performed on the system.


 


Cost:


Provide the estimated cost or cost range of the proposed system, including low volume production numbers and high volume production numbers.


 


Availability:


Provide system availability information. Give information detailing if the equipment is available off-the-shelf immediately.


 


Past Performance:


Briefly explain any previous work you have done or are doing for military/civilian customers similar to what the RFI addresses (include demonstration information that supported that work)


 


Response:


Services to include research and development, technology insertions, system integrations, installation, fabrication/prototyping, testing/certification, aircraft ground/flight testing support, logistic support services, and engineering support. Contractors may use commercial products or existing government inventories to provide the best value solution using processes and practices to reduce cost and schedule and performance risk and to promote future competition for design upgrade and operational support costs.


 


Contractors responding to this Sources Sought Synopsis shall submit the following information electronically no later than 30 November 2017, 16:00 PM CST to evan.frey@us.af.mil and/or william.loftis@us.af.mil. ; Responses must include the following: name and address of firm, capabilities related to the task areas above, size of business, average annual revenue for past 3 years and number of employees, ownership, whether they are large, small, small disadvantaged, 8(a), HUBZone, and/or woman-owned, number of years in business, affiliate information: parent company, joint venture partners, intent to participate in the upcoming acquisition as a prime offeror, list of customers covering the past five years (highlight relevant work performed, contract numbers, contract type, dollar value of each procurement, and point of contact (address and phone number).  


 


Any information submitted by respondents to this synopsis strictly voluntary.  The Government will not reimburse the respondents for any costs associated with their responses.  This synopsis does not constitute a Request for Proposals (RFP), or an Invitation for Bids (IFB), nor does its issuance restrict the Government as to its ultimate acquisition approach.  The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to the Sources Sought request.  The Government reserves the right to contact the submitting parties, on an as required basis, for further clarification on material provided.  The Government will evaluate the information provided, include it into our document with our market research, and use it as needed during the development of the RFP.   In addition, the Government will use its evaluation of the information and other research to determine the sources that appear qualified to perform the work required by the Government.  The Government intends to release the RFP only to those respondents who are deemed qualified for this requirement.



Point of Contact(s):


Evan Frey, Contract Specialist, Email: evan.frey@us.af.mil
William Loftis, Contracting Officer, Email: william.loftis@us.af.mil. ;

 
Place of Performance:
Address:  Department of the Air Force, AFLCM/WKK
                3001 Staff Dr.
                TinkerAFB Ok 731345

William L. Loftis, Phone 4057367489, Email William.Loftis@us.af.mil - Evan Frey, Contract Specialist , Phone 4057349645, Email evan.frey@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP