Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 22, 2002 FBO #0294
SOURCES SOUGHT

17 -- Mobile Crane for Boats and Aircraft (MCBA)

Notice Date
9/20/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B129-2, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
Reference-Number-N68335-02-RFI-0339
 
Point of Contact
Lori Bishop, Contract Specialist, Phone 732-323-2814, Fax 732-323-4822, - John Murtagh, Contracting Officer, Phone 732-323-2901, Fax 732-323-4822,
 
E-Mail Address
bishopla@navair.navy.mil, murtaghjl@navair.navy.mil
 
Description
The Naval Air Warfare Center Mobile Crane for Boats and Aircraft (MCBA) Integrated Product Team (IPT) is seeking potential sources, product information, and helpful comments for the acquisition of a commercially available crane to replace the current flight deck crash crane and the ship mounted Boats and Aircraft (B&A) crane. The projected procurement quantity range is expected to be 14 - 28 units over the total potential six-year period, plus associated equipment, documentation and possible logistics support. Selection and Acquisition is expected to be via RFP competition conducted through NAVAIRSYSCOM. The Navy is interested in a new crane, herein after called MCBA, capable of fulfilling the requirements of both the current crash crane and the current B&A crane. Based upon current requirements for each individual crane, the IPT has determined the crane requirements to include: (a) Crane shall meet the requirements of ASME B30.5-2000. (b)Crane shall include interlocks, safety devices, and protective features that it shall be fail-safe (failure of the operating power source or drive mechanism shall not jeopardize personnel, the load being handled, or the system itself). (c) Crane shall include both pick and roll and pick and slew capability. (d) The crane shall have the following lifting capacities / characteristics when used aboard ships and subjected to the dynamics of the ships motion: (i) hoist capacity of 60,000 lbs (ii) ability to lift and roll with a load of 50,000 lbs at 20' clear outreach from the crane (iii) ability to pick and roll or pick and slew 360 with a load of 60,000 lbs at 14' clear outreach from the crane. (e) Crane size constraints: (i)Length: 35' (ii) Width: 15' (iii) Height: 18.5' (iv) Weight: 128,500 lb. (f) Crane shall be capable of operating for 24 hours per day for 4 continuous days with only daily maintenance and refueling. (g) Crane shall meet the requirements of Mil Std 461 for electromagnetic compatibility. (h) All electrical components, switches, sensors and wiring shall be approved for maritime service. (i) Crane shall meet the structural and stability criteria of ASME B30.5 while being subjected to 25 knots of wind while the ship is listing 2.5 degrees. (j) Crane exterior lighting shall be adequate (or expandable) for night operations. (k) Crane offered shall comply with safety requirements imposed on vehicles of this type in the commercial market. ADDITIONAL QUESTIONS TO BE ADDRESSED: If available, please provide information on formal test results to demonstrate that the product meets all operational, environmental and reliability requirements. Also, please provide product descriptions including capability and reliability testing, logistics support and affordable readiness concepts, reliability predictions, warranty proposals, past experience with similar products, quality assurance program description, parts selection and control process, configuration control process, and manufacturing capacity. It is requested that interested sources include the following estimated cost information in their submission: projected unit costs for quantities ranging from minimum (14) to maximum (28). In addition, the IPT would like interested sources to provide responses to the following specific questions: (1) Is the proposed crane an existing design or is some developmental effort expected for meeting existing requirements? (2) What similar efforts has the company undertaken successfully in the past? (3) What level of testing has been accomplished to date on the unit? (4) How do you manage configurations for parts obsolescence, and future improvements? (5) Were reliability predictions performed during the development of your system? (6) If so, what prediction models were used and what was the predicted reliability? (7) How has the fielded reliability of your equipment compared to the laboratory reliability for similar products? (8) What process did you use for measuring field reliability? (9) What failure modes were detected during reliability testing? (10) Do you possess the technical skills and abilities to establish and maintain a repair of repairables and commercial depot program for the items under consideration? (11) What specific areas does the company perceive as the highest risk of this effort? Interested sources should submit copies of their responses in writing, electronic submission preferred, within sixty (60) days of the date of this announcement. All correspondence relating to this matter should be directed to Ms. Lori Bishop, Naval Air Warfare Center Aircraft Division, Code 25221B562-1, Highway 547, Lakehurst, NJ 08733-5082, or by electronic mail at: bishopla@navair.navy.mil. Ms. Bishop may be reached at (732)323-4771. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI. Any comments provided may or may not be included in a formal solicitation. The Government WILL NOT PAY for product research, development, qualification testing, re-packaging, re-design and/or information received in response to this Request for Information, nor will the Government compensate any respondent with costs incurred in developing the information provided to the Government. The IPT is interested in and may conduct on-site surveys and fact-finding sessions with interested sources for the purposes of gathering information on facilities and products and market research in general regarding products under consideration. Additional cost information may be requested during the fact-finding sessions. All information received in response to this announcement will be kept confidential.
 
Record
SN00172483-W 20020922/020920213712 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.