The RFP Database
New business relationships start here

KC-135 Multi Function Display


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

Request for Information
KC-135 Multi-Function Display (MFD-255K)

CAUTION:


The Government is conducting market research to identify potential sources that possess the production engineering support, data/repair data, expertise, capabilities, and experience to meet qualification requirements for the redesign of the KC-135 Pacer Crag Multi-Function Display (MFD) National Stock Number 5841-01-504-5586CW, part number (P/N) 822-1006-201. Potential sources must possess the ability to provide fully functional MFD(s) meeting KC-135 Form, Fit Function & Interface (F3I) specifications & requirements. The level of security clearance and amount of foreign participation in this requirement has not been determined.


The MFD-255K works within the WXR-700X Color Weather Radar System which is a solid state airborne X-band radar with its receiver-transmitter (RT) operating at 9.33GHz. The RT generates high energy transmit pulses and receives reflected return signals from precipitation, ground terrain, or aircraft (skin paint) targets depending upon the mode of operation selected. Receive circuits process the return signals into MFD-255K display. These engineering services may also require the contractor to accomplish a refresh of designated non-stock listed part numbers, observing accepted quality standards, and relevant technical standards including the conversion of the legacy LCD to a more sustainable format. The contractor shall ensure that the new MFD design passes all qualification and integration tests with no more than two revisions after drawing baseline at FCA/PCA and that all drawing errors are corrected and returned within thirty (30) calendar days. The associated North American Industry Classification System (NAICS) code is 334511. The Acquisition Method Suffix Code (AMC/AMSC) is 3/P: Items screened and found to be procured from the actual manufacturer or vendor, including a prime contractor who is the actual manufacturer. Rights to use data is legally unavailable. The government has inadequate data. The Government does not own or have access to the data for this item.


This redesign effort is anticipated to be sole source to Rockwell Collins. Potential contractors shall furnish all material, support equipment, tools, test equipment, and services needed to fill this order. 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 and meet counterfeit prevention plan guidelines as outlined in Data Item Description (DID) DI-MISC-81832.


The following company has been identified as the Original Equipment Manufacturer (OEM) for this asset:


ROCKWELL COLLINS, INC.
GOVERNMENT SYSTEMS
400 COLLINS RD NE
CEDAR RAPIDS IA 52498-0505
CAGE: 13499


Rockwell Collins (RC) currently supplies parts and repair services for the MFD-255K. Interested persons may identify their interest and capabilities.


Contractors/Institutions responding to this market research are placed on notice that participation in 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 in this survey.


52.215-3 -- Request for Information or Solicitation for Planning Purposes.


As prescribed in FAR 15.209(c), insert the following provision:


Request for Information or Solicitation for Planning Purposes (Oct 1997)


(a) 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.


(b) 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.


(c) This solicitation is issued for the purpose of market research in an effort to overcome barriers to competition.


 INSTRUCTIONS:


1. The document(s) below contain a description of the KC-135 Multi-Function Display (MFD-255K) requirement and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability.


2. 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.)
a. Identify any areas of work that your organization believes should be broken out exclusively for Small Business.


3. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged.


4. Questions relative to this market survey should be addressed to the Program Manager (PM), Anthony D. Simmons, (478) 327-8668


 


 


 


 


 


 


 


 


 


 


KC-135 Multi-Function Display (MFD-255K)



PURPOSE/DESCRIPTION


The Government is conducting market research to identify potential sources that possess the expertise, capabilities, and experience to meet qualification requirements to redesign, repair and/or manufacture the Multi-Function Display (MFD-255K) for KC-135 aircraft:


NOUN NSN P/N
Multi-Function Display (MFD-255K) 5841-01-504-5586CW 822-1006-201


This requirement is for production engineering and repair services to provide a future Sources of Supply (SOS) and Source of Repair (SOR) in support of multi-year repair contracts continuing through the life expectancy of the KC-135 aircraft (FY2040). The projected quantities will be Best Estimated Quantities (BEQ) of 624 repairs per year.


The Government's need for proposed production engineering and repair services are required to address obsolescence issues, including conversion of the legacy LCD to a more sustainable format, and is expected to provide a long-term and affordable sustainability solution to support KC-135 missions.


The MFD-255K works within the WXR-700X Color Weather Radar System which is a solid state airborne X-band radar with its receiver-transmitter (RT) operating at 9.33GHz. The RT generates high energy transmit pulses and receives reflected return signals from precipitation, ground terrain, or aircraft (skin paint) targets depending upon the mode of operation selected. Receive circuits process the return signals into MFD-255K display. In addition to normal weather detection, the RT can detect turbulence and wind shear events which is vital to flight safety. Five MFDs installed in the KC-135 flight deck provide a multi-color visual display of avionics data (see Figure 1-1 through Figure 1-3). Active Matrix/Liquid Crystal Display (LCD) MFDs installed at the pilot (MFD1A/B/C), copilot (MFD2A/B) and navigator crew positions display critical flight information for improved daytime and nighttime readability and situational awareness. The MFDs display the Attitude Director Indicator (ADI), terrain & weather information, Traffic Alert and Collision Avoidance System (TCAS) indications and a Horizontal Situation Indicator (HSI). The current MFD-255K display heads used on KC-135R/T aircraft are over 20 years old and are no longer manufactured or procurable.



Figure 1-1. Multi-Function Display
Technical Order (T.O.) 1C-135-2-11-40-4, Flight Director and Flight Display Systems, 1 November 2014

Figure 1-3. ADI Split Screen Display
T.O. 1C-135(K)(I)-1, Flight Manual, 1 November 2016
Figure 1-2. Flight Display System Component Locations
T.O. 1C-135-2-11-40-4, 1 November 2014


 


CONTRACTOR CAPABILITY SURVEY
Multi-Function Display (MFD-255K), NSN 5841-01-504-5586CW, P/N 822-1006-201


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: 334511
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)
• System for Award Management (SAM) (Yes / No)
• A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership).



Responses to the Capability Survey Part I and Part II must be received no later than close of business February 4, 2019. Please ensure data is in a readable electronic format attachment with a file size not to exceed 10 MB per email and can be received through a firewall. Multiple emails are acceptable. Responses must be sent via email to all of the following:


• Anthony Simmons, Anthony.simmons.12@us.af.mil


 


Questions relative to this market research should be addressed to the PM: Anthony D. Simmons, (478) 327-8668.




Part II. Capability Survey Questions


A. General Capability Questions:


1. 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.


2. 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).


3. Describe your company's experience in repairing the Part Number/NSN listed above or like items.


4. Describe your company's capabilities for generating, handling, processing and storing classified material and data.


5. 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.


6. 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 due to critical operational mission requirements.


7. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.).
a. Provide a detailed quality plan implementing AS9100 (or equivalent).
b. Is there a Defense Contract Management Agency (DCMA) presence at your repair facility?


B. Repair Questions:


1. Describe your capabilities and experience in repairing existing systems/equipment (hardware and software) to solve maintenance and support problems in the depot environment.


2. Describe your capabilities and experience in developing/modifying repair or maintenance procedures. Include associated upgrade of technical orders and preparation of new technical orders.
a. State the types of diagnostic and troubleshooting tools utilized for efforts such as this.


3. Demonstrate your ability and experience in repair of the same or similar components, which are currently in use on commercial or military aircraft by providing the following information on the same or similar items:
a) Contract Number
b) Procuring Agency
c) Contract Value
d) Number of assets shipped



4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the depot level repair and functional check of these or similar assets for Government Engineer review.


5. Describe your capabilities and experience in test, evaluation, repair or maintenance procedures.


6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources problems?


7. Discuss your process for addressing any form, fit, function integration (F3I) issues that may arise out of this effort.


8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balances and repair status to your customer.


9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort.
a. Provide an outline of the proposed process, including inspections.
i. State the type of test procedures anticipated for this effort.
ii. State the type of inspection processes anticipated for this effort.
1. Non-Destructive Inspection/Testing (NDI/T).
2. Destructive testing/inspection.


10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.?


11. If the item cannot be repaired in total, state what your organization can repair.


12. State any technology insertion ideas for the item that would be suitable for this effort.


13. Discuss any reverse engineering or item replacement opportunities that may be present.


C. Commerciality Questions:


1. Is there established catalog or market prices for our requirement?

2. 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?


3. Is our requirement offered to both under similar terms and conditions? Briefly describe any differences.


4. Describe your standard warranty and return process for goods and services furnished to the government for items similar in nature to this requirement.



D. Manufacturing Questions


1. Describe your capabilities and experience in manufacturing with regard to the requirements of this effort.


2. Describe your capabilities and experience in developing/modifying manufacturing procedures. Include associated upgrade of technical orders and preparation of new technical orders.


3. Demonstrate your ability and experience in the manufacture of the same or similar components, which are currently utilized in the commercial or military environment by providing the following information on the same or similar items:
a) Contract Number
b) Procuring Agency
c) Contract Value
d) Number of assets shipped


4. Provide your commercial manual(s) or Acceptance Test Procedures (ATP) and your rights to these manuals and or ATP used in the manufacture and functional check of these or similar assets for Government Engineer review.


5. Describe your capabilities and experience in test, evaluation, and repair processes/procedures with regard to manufacturing items.


6. Describe your configuration management processes and how you identify and resolve parts obsolescence and diminishing manufacturing sources (DMSMS) problems?


7. Discuss your process for addressing any F3I issues that may arise out of the requirements of this effort.


8. Describe your process for maintaining inventory records and reporting on hand/work-in-process balance and manufacturing status to your customer.


9. Include a detailed listing of facilities and equipment, including quantities, required to satisfy the requirements of this effort.
a. Provide an outline of the proposed process, including inspections.
i. State the type of test procedures are anticipated for this effort.
ii. State the type of inspection processes anticipated for this effort.
1. NDI/T.
2. Destructive testing/inspection.


10. How will your organization address the absence of drawings, specifications, technical data, test procedures, etc.?


11. If the item cannot be manufactured in total, state what your organization can produce.


12. State any technology insertion ideas for the item that would be suitable for this effort.


13. Discuss any reverse engineering or item replacement opportunities that may be present.


 


Anthony Simmons , Logistics Management Specialist, Phone 478-327-8668, Email anthony.simmons.12@us.af.mil

    1. Home
    2. Articles
    3. Login or Register

    4. Search

    5. Add/Announce your RFP