Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 10, 2002 FBO #0251
SOLICITATION NOTICE

16 -- MAINTENANCE PLATFORMS

Notice Date
8/8/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Louisiana, Jackson Barracks, Building 39, New Orleans, LA 70146-0330
 
ZIP Code
70146-0330
 
Solicitation Number
DAHA16-02-Q-0001
 
Response Due
8/23/2002
 
Point of Contact
JANET ALEXIS, 504-278-8414
 
E-Mail Address
Email your questions to USPFO for Louisiana
(Sharlene.Alexis@la.ngb.army.mil)
 
Small Business Set-Aside
N/A
 
Description
NA This is a commercial item combined synopsis/solicitation in accordance with FAR Part 12.6 for two (2) modular aircraft maintenance platforms for U.S. Army UH-60 (Blackhawk) helicopters for The Louisiana Army National Guard, AASF #1, 7615 Esler Field, Pinev ille, Louisiana. This announcement constitutes the only solicitation. The platforms must consist of several sections to make up the forward (cockpit and cabin) and aft (tail pylon) assemblies. The product must conform to OSHA requirements. The followi ng requirements are applicable: 1) General: (a) The forward assembly to the work area(s) and no less than five (5) sections to enhance portability of the product. The forward assembly is not required to extend to meet or form any portion of the aft (tail rotor) assembly. The top level (bridge platform) shall extend above and across the forward nose section to provide side to side crossover capability. The second level will run slightly lower than the top level, from the forward section of the cabin down both sides, ending just forward of the engine inlet fairways. The third level (two steps lower than the second level) will run from the forward section of the engine to just aft of the engine exhaust along both sides). The platform sections (except the bridge) shall be made to allow for any portion of the platforms to be used independently. The installed platform may not interfere with the rigging of flight controls, removal of the air inlet assemblies or opening of engine cowlings. The platform must b e designed to closely fit the contour of the aircraft to protect workers from fall and dropped tool hazards. (b) The aft (tail pylon) assembly shall also be of modular design and shall be installed around three sides (left, right and aft) of the vertical tail pylon. The height of the platform shall enable full operation of the stabilator and not interfere with the rotation of the tail rotor during all flight control movements and removal and replacement operations. The left platform (co-pilot side) must allow workers to service the intermediate gearbox. Stairs on both sides of the tail pylon must climb from the forward portion of the aircraft up into the tail rotor assembly to allow servicing of the tail rotor gearbox and blades. The aft platform sectio n in its entirety may not extend more than 18 inches beyond the length of the tail rotor paddle at its most extreme aft extension. 2) Materials: Platforms shall be fabricated from structural aluminum, with decking and stair treads to be made from an appro priate grade of aluminum plank. All material shall be new and conform to all applicable standards and specifications. Aluminum surfaces will be left with a natural finish. 3) Features: The platforms, and any markings, shall meet all applicable OSHA requ irements. 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 pla tform shall be provided by jackscrews or other suitable means to adjust for variance in aircraft height due to loading, floor-surface and preferred working height. All platforms shall be constructed with sufficient load-strength to allow (1) ten personnel load rating to stand and view the operation. Stair sections must support a three (3) person load rating. The manufacture will provide three-year warranty and full mechanical support and training upon delivery. The manufacturer will provide a parts brea kdown manual to facilitate identification/ordering of replacement parts from the manufacturer or other authorized sources. Each individual section will be delivered fully assembled to the Louisiana Army National Guard, ASSF #1, 7615 Esler Field Road, Pine ville, Louisiana 71360-3737. Upon receipt by customer the platforms shall be ready for use, with only the joining/adjusting of the sections to each other requi red. 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 technic al 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. Each proposal shall include a complete description of the aircraft maintenance platform assemblies and equipment configuration, and enclosures. The provision at 52.212-1, Instructions to Offerors-Commercial, applies to this acquisition. Offerer?s shall includ e a completed copy of the provisions at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, with its proposal. The clause at FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. The provisions at FAR 52.212-5, Contract Terms and Conditions required to implement Statutes of Executive Orders Commercial Items, are included and incorporated by reference. These clauses apply: FAR 52.219-Utilization of Small Business Concerns, 52.222-26, Equal Opport unity, 52.222-35, Affirmative Action for Disabled Veterans and Veterans of the Vietnam era, 52.222-36, Affirmative Action for Handicapped Workers, 52.222-37, Employment Reports on Disabled Veterans and Veterans of the Vietnam Era, 52.225-1, Buy American Ac t, 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. Offerors shall submit t wo references for previous projects showing successful work and related experience. Anyone interested in submitting their proposal should FAX to (504) 278-8609 or Email to Sharlene.Alexis@la.ngb.army.mil. Proposal due date shall be 15 calendar days from date of publicized announcement.
 
Place of Performance
Address: USPFO for Louisiana Jackson Barracks, Building 39, RM 212, DLS-P New Orleans LA
Zip Code: 70146-0330
Country: US
 
Record
SN00136334-W 20020810/020808213641 (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.