Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2005 FBO #1472
SOURCES SOUGHT

39 -- Material Handling Device

Notice Date
12/5/2005
 
Notice Type
Sources Sought
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-05-R-25120117A
 
Response Due
2/6/2006
 
Archive Date
2/21/2006
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) St. Inigoes is surveying the vendor community for all interested parties in the intended procurement of Material Handling Device (portable) as required by the United States Army Psychological Operations Command (PSYOP) Flyaway Broadcast System (FABS). The NAWCAD has tasked the Special Communications Requirements (SCR) Division to specify and procure a Material Handling Device for FABS operations. The Material Handling Device must lift items weighing up to 1,200 lbs onto the back of standard military vehicles and non-tactical vehicles. The device must be light weight to allow for the system four (4) man lift requirement to be met, and it must be able to lift wheeled and non-wheeled items. This device will be operated on various terrains and in all types of weather. The primary requirement is to meet the specifications listed: Light weight lift device that is capable of lifting and loading equipment into High Mobility Multi-purpose Wheeled Vehicle (HMMWV), Light Medium Tactical Vehicle (LMTV), Expanded Capacity Vehicle (ECV), and commercial style vehicles such as Pickup Trucks or Sport Utility Vehicle (SUV). The maximum equipment lift weight is 1,200 lbs. The lift device must be capable of lifting the maximum equipment weight of 1,200 lbs to a maximum height of 72 inches for loading equipment onto vehicles. The lift device must weigh less than 196 lbs, or be capable of being broken down into components that weigh less than 196 lbs. The lift device must be setup in the field with no additional material handling equipment. The lift device will be used to lift wheeled and non-wheeled items. It is preferred that the device be human powered, vice electric/battery powered. The lift device must be capable of operation on various terrains such as uneven terrain, sand, mud, concrete, grass and asphalt surfaces. The lift device must be capable of operation in all types of weather. The lift device must fit on a 463L Aircraft Pallet and cannot exceed dimensions of 84? x 98?. The lift device cannot exceed 96? in height when loaded on the 463L Aircraft Pallet. Non-Developmental Items/Commercial off the Shelf equipment is the acquisition goal for the lifting device. The total maximum estimated dollar value per device would be $30K. There is no commitment by the Government to issue a solicitation, make an award, or be responsible for any monies expended by any interested parties in support of the effort mentioned above. Information provided herein is subject to change and in no way binds the Government to solicit or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities (FedBizOpps) website, located at www.fedbizops.gov. It is the potential offertory?s responsibility to monitor this site for the release of any follow-on information. This is a Sources Sought, and feedback from industry is also sought on our requirements as stated in this synopsis. THIS SYNOPSIS IS NOT A REQUEST FOR PROPOSAL (RFP). Interested parties are requested to submit a capabilities statement of no more than 3 pages in length, and demonstrate their ability to provide the requirements listed above. All data received in response to these sources sought, marked or designated as corporate or proprietary, will be fully protected from release outside the Government. It is highly encouraged that capability statements be submitted electronically to the Contract Specialist in Microsoft Word format or Portable Document Format (PDF) at the following email address: patricia.rivenbark@navy.mil. Alternatively, the capability statement may be sent by mail to the following address: Department of the Navy, Contracts Group, NAWCAD, Bldg. 8110, Unit 11, Villa Road, St. Inigoes, MD 20684-0010, attn: Patricia Rivenbark. The information may be faxed to 301-995-6483, attn: Patricia Rivenbark, Code 2.5.1.2.2.6. Telephone and other means of oral communication requesting information will not be permitted. The Government is not committed nor obligated to pay for the information provided, and no basis for claims against the Government shall arise as a result of a response to this sources sought.
 
Place of Performance
Address: NAWCAD Webster Field, Bldg 8115 Villa Rd., St. Inigoes, MD
Zip Code: 20684
Country: USA
 
Record
SN00944954-W 20051207/051205212229 (fbodaily.com)
 
Source
FedBizOpps 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.