Skip to main content

An official website of the United States government

You have 2 new alerts

Center Console Refresh Revision_RFI-01

info alert

Note: There have been new actions to this contract opportunity. To view the most recent action, please click here.

General Information

  • Contract Opportunity Type: Special Notice (Updated)
  • Updated Published Date: Nov 30, 2023 10:56 am CST
  • Original Published Date: Nov 09, 2023 03:44 pm CST
  • Updated Response Date: Nov 20, 2023 04:00 pm CST
  • Original Response Date: Nov 20, 2023 04:00 pm CST
  • Inactive Policy: Manual
  • Updated Inactive Date: Nov 30, 2023
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None

Classification

  • Original Set Aside:
  • Product Service Code: 1680 - MISCELLANEOUS AIRCRAFT ACCESSORIES AND COMPONENTS
  • NAICS Code:
    • 336413 - Other Aircraft Parts and Auxiliary Equipment Manufacturing
  • Place of Performance:
    Tinker AFB , OK 73145
    USA

Description

REQUEST FOR INFORMATION

The Government has determined that there were potential barriers to full and open competition. Therefore, Solicitation FA8105-23-R-B004 was cancelled.  Further market research is needed to asses the availability of commercial technical solutions and capabilities.  This RFI-01 to Solicitation FA8105-24-R-B001 seeks to obtain additional market research to aid in developing a revised solicitation for the CCR.

This is an RFI for market research purposes issued by the C/KC‐135 Contracting Branch, AFLCMC/WLT at Tinker Air Force Base (TAFB). The United States Air Force (USAF) is requesting information pertaining to the Fuel Management System and the Flight Display System for the KC‐135 aircraft.  

PURPOSE

The purpose of this RFI-01 is to solicit industry options and possible solutions for providing a replacement of the KC-135 Fuel Quantity Indicating System and the Flight Display System.

THIS IS A REQUEST FOR INFORMATION ONLY

This RFI is issued solely for informational and planning purposes.  It does not constitute a solicitation (Request for Proposal or Request for Quotations) 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 RFI does not commit the Government to contract for any supply or service whatsoever.  Furthermore, we are not seeking proposals at this time.  Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this RFI.  All costs associated with responding to this RFI will be solely at the responding party’s expense.

The Government requests that non‐proprietary information be submitted in response to this RFI.  However, should proprietary information be submitted, it should be marked “PROPRIETARY”, and will be handled accordingly.  The Government shall not be liable, or suffer any consequential damages for any proprietary information not properly identified.  Proprietary information will be safeguarded in accordance with the applicable Government regulations.  Proprietary information or trade secrets should be clearly identified.

INFORMATION REQUESTED

Respondents should provide the following information:

  1. Is Industry willing to provide Line-Replaceable Unit (LRU) to Collins Aerospace as the Original Equipment Manufacturer (OEMfor Software-in-the-loop (SIL) test and Integration?
  2. Is your solution independent of the Collins Aerospace operated SIL? If so, what is that alternate arrangement and how is it projected to impact non-recurring engineering costs, current/future KC-135 OFP modifications and Center Console Refresh (CCR) schedule?
  3. Is Industry willing and able to accomplish a Letter of Intent (LOI) with Collins Aerospace?  This applies to a prime or subcontractor agreement with Collins to facilitate integration.
  4. Is part or all of your solution commercial?  If so, please identify the commercial components.
  5. Are minor or major modifications required to the commercial components as part of your solution?  Please explain what kind of modifications would be required to meet draft a System Requirements Document (SRD). Please detail how your solution meets the definition of minor or major modifications per FAR 2.101 Definitions - Commercial Product
  6. Please provide a Budget Planning Estimate for all solutions to include full program life cycle.
  7. Please define any cost savings associated with your preferred solution. 
  8. What evaluation criteria would you recommend to appropriately recognize the cost, schedule and performance advantages of your preferred solution?
  9. What are your estimated delivery dates for prototypes, production kits, and installation?
  10. If the requirement is split into two separate acquisitions, do you have a solution for only the Flight Display System or only the Fuel Management System?
  11. Although  the requirement may be  split into two separate acquisitions, would your solution achieve better cost savings and an accelerated schedule if it were to be  combined into a single acquisition?

Please submit responses to the Government Contracting Office POC listed below by 20 November 2023, 4:00 PM CST.

Primary Point of Contact:

Ms. Sandra “Annie” Newton

sandra.newton.1@us.af.mil

Alternate Point of Contact:

Ms. Shanita Manuel

shanita.manuel@us.af.mil

Contact Information

Contracting Office Address

  • CP 405 736 4908 3001 STAFF DR STE 2AI 85A
  • TINKER AFB , OK 73145-3303
  • USA

Primary Point of Contact

Secondary Point of Contact

History