Federal Bid

Last Updated on 29 Jun 2019 at 4 AM
Sources Sought
Location Unknown

KC-135R Aircraft Multi-Point Refueling System (MPRS) PODS Upgrade

Solicitation ID RFI-MPRS-12-09
Posted Date 30 Nov 2009 at 8 PM
Archive Date 29 Jun 2019 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Pk/Pz Tinker Afb
Agency Department Of Defense
Location United states
 

REQUEST FOR INFORMATION (RFI)

KC-135R Aircraft Multi-Point Refueling System (MPRS) PODS Upgrade

PURPOSE

The 827th Aircraft Sustainment Group Contracting Office (827 ACSG/PK), Tinker AFB, OK, is conducting market research to determine the estimated cost, schedule, and performance parameters for the upgrade of existing MPRS Pods on 20 KC-135R Aircraft (40 MPRS Pods).  This solution should address but not be limited to replacing the top maintenance and supply drivers for the current MPRS Pods with new or modified methods/components.  A list of top maintenance and supply drivers is attached.

Description

827 ACSG/PK released a Sources Sought Notice (Solicitation Number RFI00008) on 9 Jun 08 requesting information on replacing the KC-135 MPRS pods.  We are now requesting information on the feasibility of an upgrade to the current system/components with more reliable technology to incorporate into the existing KC-135R MPRS Pods.

 

System Specifications

NSN 1680-99-681-5560, Part Number 43323000-6, Flight Refueling Pod

System mounts under the wing of KC-135R aircraft outboard of outboard engines

Top cruise speed........................ 0.90 mach (typical cruise is slower)

Cruise ceiling............................. 42,000 ft

Refueling speed range................ 180 - 350 knots

Refueling altitude range.............. not restricted

Max weight of system when wet (pod only).. 1351 lbs

Fuel Transfer Rate...................... 450 US gpm +/- 10%

Hose-end pressure..................... 50 +/- 5 psi

Maximum time to trail or rewind... 25 sec

Minimum hose length..................75 ft

Automated hose reel response rate..... 0 - 10ft/s

Hose response system sufficient to prevent damage to the receiver aircraft probes

Ability to extend and retract the hose and drogue throughout the operational refueling speed range at any tanker operating gross weight without the drogue contacting any part of the tanker except the pod aft fairing

Refueling Coupling .....................................MA-4       

Electrical supply.......................................... Standard aircraft power

Maintenance event recording system - downloadable to provide rapid fault diagnosis

Drogue compatible with STANAG3447, EDITION 4

Refueling drogue must be stable for contacts throughout the refueling envelope

AR pod compatible with MIL-A-19736

MPRS Pods currently in use are fuel-draulic powered by a RAM Air Turbine.

 Note: Hydraulically powered pods will require a RAM Air Turbine. 

Response    

Responses shall address:

  1. All responses should not propose changes to the form, fit or function to the aerodynamics or mass properties of the existing MPRS Pods.
  2. The components/methods proposed to be replaced or modified.
  3. The expected reliability maintainability & availability (RMA) improvement of the replacement components/methods.
  4. Reduction of total ownership cost.
  5. The basis for this expected improvement (for example, from analysis or demonstrated performance).
  6. Details of the proposed replacement components/methods to include but not limited to items such as electrical, fuel-draulic and/or hydraulic power system requirements, airworthiness certification actions completed, current usage on other systems or in development, logistics support requirements/availability (parts supply, spares, repair, support equipment, tech data, etc.).
  7. The Rough Order of Magnitude (ROM) estimated costs for Non-Recurring Engineering (NRE), replacement components, performance and installation based on upgrading 40 pods.  Include estimated delivery schedule and product availability.

 

Interested firms should also include the following in their response:

 

•-          Company Name and address

•-          CAGE Codes (if available)

•-          Point of Contact

•-          Size of Business (i.e. Large/Small business, Small Disadvantaged Business, 8(a) concerns, Minority-owned business

•-          U.S. or Foreign Owned Entity

 

Submit response (along with any supporting documentation) directly to:

827 ACSG/PK

Attn:  Jim Stephens

3001 Staff Dr. STE 2AE1 91A

Tinker AFB, OK 73145-3020

 

PLEASE PROVIDE AN ELECTRONIC COPY OF SUBMITTED INFORMATION TO THE POINT OF CONTACT ABOVE NO LATER THAN COB 18 DEC 2009

Responses must be received no later than 18 DEC 2009. Documents must be formatted to 8.5 x 11" paper with type no smaller than 10 point font.

Or, respondents may wish to respond to [email protected] via electronic transmission (e-mail)

 

DISCLAIMER

This RFI is not an offer.  This RFI is issued solely for information and planning purposes and does not constitute a solicitation.  Responses to the RFI will not be returned.  In accordance with FAR 15.201 (e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract.  Responders are solely responsible for all expenses associates with responding to this RFI.  Responses will not be returned. All responses must be unclassified.

 

Questions should be directed to Jim Stephens via email or call 405-739-4131 directly.

 

ATTENTION:  Contractor must be registered with Central Contractor Registration to be eligible for contract award or payment from any DOD activity.  Information on registration and annual confirmation requirements may be obtained via the Internet at http://www.ccr.gov or by calling 1-888-227-2423.

Bid Protests Not Available

Similar Past Bids

Similar Opportunities

Boise Idaho 31 Jul 2025 at 4 AM (estimated)
Philadelphia Pennsylvania 28 Jul 2025 at 4 AM
Philadelphia Pennsylvania 28 Jul 2025 at 6 PM
Tinker air force base Oklahoma 12 Aug 2025 at 6 PM