Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
SOURCES SOUGHT

17 -- Maintenance Platform

Notice Date
5/6/2002
 
Notice Type
Sources Sought
 
Contracting Office
USPFO for Pennsylvania, Department of Veteran and Military Affairs, Annville, PA 17003-5003
 
ZIP Code
17003-5003
 
Solicitation Number
W80P7H2051N501
 
Response Due
5/29/2002
 
Archive Date
6/28/2002
 
Point of Contact
Denise Keim, 717-861-8752
 
E-Mail Address
Email your questions to USPFO for Pennsylvania
(denise.keim@pa.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number as shown in this announcement is a Request for Proposal (RFP). The item and specifications of that item required are as follows. Aircraft Maintenance platform for the U.S. Army CH47D (Chinook) helicopter (Boeing 234). The maintenance stand must consist of four (4) multi-tiered platforms, which shall surround the Nose, Left Hand, Right Hand and Tail section of the CH47D Cargo Helicopter. The product must conform to OSHA re quirements to enhance worker safety and facilitate maintenance and training activities requiring access to high and hard to reach portions of the aircraft. The following requirements are applicable: 1-General: The system shall be designed to facilitate ma intenance training from ground level to the top of the rotor system. Each platform shall be easily maneuverable and can be separated from the other platforms. Platform stairways shall provide access to the top of the aircraft. The compete docking system shall permit access to all areas and parts of the helicopter without the need to move any platforms or stairs once it is assembled and in place around the helicopter. The installed platform may not interfere with the rigging of flight controls, removal o f air inlet assemblies or opening of engine cowlings and stands. The platform must be designed to closely fit the contour of the aircraft to protect workers from fall and dropped tool hazards. 2-Materials: Platforms shall be fabricated from structural al uminum, with decking and stair treads to be made from an appropriate graded of aluminum plank. All areas of the platform adjacent top the aircraft skin will be protected with rubber like fenders. All material shall be new and conform to all applicable st andards and specifications. Aluminum surfaces will be left with a natural finish. All platforms shall be constructed with sufficient load-strength to allow (10) personnel load rating to stand and view the operation. Stair sections must support a three ( 3)-person load rating. 3-Features: The platforms, and any markings, shall meet all applicable OSHA requirements. The product?s frame must be a simple bolt-together structure that can easily be disassembled for storage or shipping. The product?s casters/wheels must be equipped with brakes to provide positive lock. Leveling of individual sections of the platform shall be provided by jackscrews or other suitable means to adjust for variance in aircraft height due to loading, floor-surface level and preferred working height. The system shall have AC electrical power outlets and compressed air outlets at strategic locations on each of the four platforms. Additional Requirements: The manufacturer will provide three-year warranty and full technical support and training upon delive ry. The manufacturer will provide a parts breakdown manual t facilitate identification/ordering or replacement parts from the manufacturer or other authorized sources. Initial setup and installation of the system shall include training on how to setup, d isassemble, and reassemble the system as will as maintenance techniques for the equipment. Each individual section will be delivered fully assembled to the Eastern Army Aviation Training Site Auxiliary Hangar, Building 19-115, Fort Indiantown Gap, Annvill e, PA 17003-5004. Upon Receipt by customer the platforms shall be ready for use, with only the joining/adjusting of the sections required. Delivery: FOB Destination: Date of delivery will be no later than 30 September 2002; however, an earlier delivery date is desired. Offerors are required to provide projected delivery time with their proposal. Offerors are required to submit a tec hnical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics of the enclosures, and terms of expressed warranties. E ach proposal shall include a complete description of the Aircraft Maintenance Platform Assemblies and equipment configuration, and enclosures. Offerors shall submit two references for previous projects showing successful work and related experience. This solicitation will employ a best value source selection process. The best value evaluation factors are, in descending order of importance, 1)-quality level and features, 2)-vendor performance history, 3)-delivery time, and 4)-extended warranty. The contra ct will be a Firm Fixed Price contract. Contractors shall include a completed copy of the provisions at FAR 52.212-3 Offeror Representation and Certifications Commercial Item with its offer. The clause at 52.212-4 Contract Terms and Conditions-commercial Items applies to this acquisition. The provisions at 52.212-1, Instructions to Offerors-Commercial Items applies to this acquisition. The Provisions at 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders-Commercial Items are included and incorporated by reference: these clauses apply; 52.204-6 Data Universal Numbering System Number, 52.225-1, Buy American Act Balance of payments program-Supplies, 52.225-3, Buy American Act-North American Free Trade Agreement-Israeli Trade Act-Balance of Payments Program, 52.232-33, payment by Electronic Funds Transfer-Central Contractor Registration. Bids shall be forwarded to; USPFO for PA, Purchasing and Contract, Room 242, Department of Military and Veterans Affairs, Fort Indianto wn Gap, Annville, PA 1703-5003. If additional information is required contact SSG Denise Keim (717) 861-8752. Proposals due date shall be 20 calendar days from date of publicized announcement. See Note 1.
 
Place of Performance
Address: USPFO for Pennsylvania Department of Veteran and Military Affairs, Annville PA
Zip Code: 17003-5003
Country: US
 
Record
SN00072208-W 20020508/020506213331 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.