Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 09, 2005 FBO #1474
SOURCES SOUGHT

17 -- Aircraft Engine Hoisting Unit

Notice Date
12/7/2005
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department Hwy. 547 Attn:B562-3C, Lakehurst, NJ, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-06-RFI-E201
 
Response Due
12/19/2005
 
Archive Date
1/3/2006
 
Description
The following is a Request for Information (RFI). The synopsis is for information and planning purposes only and does not constitute a Request for Proposal (RFP). Offeror may provide information on any currently available product that meets the Navy?s requirements.NAVAIR Lakehurst is requesting information pertaining to the feasibility of a Commercial-off-the-shelf (COTS) reliable, self-propelled, internal combustion engine-powered, rough-terrain aircraft engine hoisting unit to be utilized at Navy shore-based facilities. The aircraft engine-hoisting unit shall be capable of raising a 700-pound load at an outreach of 16 feet in front of the unit and a 4500-pound load at an outreach of 12 feet in front of the unit to a height of 25 feet on uneven terrain while on its tires without the aid of outriggers. The aircraft engine hoisting unit shall also be capable of precise translation of the load with the following minimums; fore and aft--a total of 40 inches, left and right--a total of 12 inches, and up and down--a total of 12 inches. The unit must be able to operate in all weather conditions and in ambient temperatures ranging from ?20 to +125 degrees Fahrenheit. For the purposes of this RFI there are no size or weight restrictions other than those dictated by the need to transport this equipment to forward deployed forces via C-130 aircraft. The unit shall be capable of operating on multi-fuel types, including JP-5, JP-8 and diesel fuel. The unit shall be capable of interfacing with the MK-91 Hook Adapter. The unit must be currently available in the US Navy/US Marine Corp inventory and must have been in use for at least 3 years. The majority of the piece parts must be available in the US Navy/US Marine Corp Supply System. Operator and Maintenance Training must be currently available to the US Navy/US Marine Corps personnel. A prototype unit must be available for First Article Test (FAT) within 60 days After Receipt of Order (ARO), complete with O&M Manuals, with deliveries to commence 90 days after FAT. Delivery schedule should be at the rate of two (2) per month. A 5-year/5000 hour warranty is required, with 24-hour worldwide response. Offeror should provide available reliability and maintainability data for their units. Offeror may address ease of maneuverability and component replacement accessibility for their units. Offeror should provide commercial pamphlets, operating and maintenance manuals or any other documentation that would describe a unit that meets the above requirements. It is requested that information be submitted NO LATER THAN 19 December 2005 to William Zeiger, Naval Air Warfare Center AD, HWY 547, Building 562-3, Lakehurst, NJ 08733. 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 any information received in response to this RFI nor will the Government compensate any respondent for any costs incurred in developing the information provided to the Government. The Government will not release any information marked with Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside the Government without written permission in accordance with legend.
 
Record
SN00947629-W 20051209/051207212504 (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  © 1994-2020, Loren Data Corp.