Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 09, 2006 FBO #1656
SOURCES SOUGHT

17 -- Wingrip Fall Protection System

Notice Date
6/7/2006
 
Notice Type
Sources Sought
 
NAICS
332323 — Ornamental and Architectural Metal Work Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFFTC - AF Flight Test Center, 5 S WOLFE AVE, Edwards AFB, CA, 93524-1185
 
ZIP Code
93524-1185
 
Solicitation Number
F1S1AB6123B001
 
Response Due
6/21/2006
 
Archive Date
12/12/2006
 
Description
The Air Force Flight Test Center (AFFTC), Edwards Air Force Base, CA is seeking potential sources capable of providing two (2) Wingrip Fall Protection Systems. The Wingrip Fall Protection Systems will be used to perform work on all aircraft over 10 feet high. Other salient characteristics are described below: All components shall be included with only the need for an external supply of compressed air or nitrogen, so as to provide a complete and fully operational system. The Fall Protection Supplier shall maintain all appropriate insurances as applicable for the design and supply of fall protection systems. Proof of insurance listings shall be supplied as part of the system delivery. The Fall Protection Supplier shall be fully certified by the manufacture in the application, supply and maintenance of the fall protection system and shall have a minimum of 5 years full time experience with similar systems. Proof of manufacture??s approval shall be in the form of a copy of the supplier??s current certificate issued by the manufacture and supplied as part of the system delivery. The vacuum based fall restraint system must be: ? Self contained and completely mobile, requiring only compressed air or nitrogen supply with no reliance on external electrical supply or battery charging systems. ? Designed to operate in all environments (inside or outside in all types of weather conditions). ? Certified by a third party testing organization as being tested on wet surfaces. ? Suitable for use using oxygen free nitrogen for low temperature applications. ? Suitable for use on curved surfaces to a minimum radius of curvature of 52??. ? While being used as a fall restraint devise, the system must be fully rated and approved to fall arrest standards. ? Intrinsically safe to allow un-restricted use around fuel tanks or any areas where fuel vapor may be present. ? Relatively light and easy to move and deploy by one person. ? Audible alarm if there is loss of incoming pressure, generated vacuum level or contact with surface while energized. ? Independent vacuum reservoir located in each anchorage pad which provides a minimum of 20 minutes of safe reserve operation during an alarm condition to allow personnel to reach a secure location in the event of loss of supplied gas pressure or generated vacuum. ( 20 Minutes reserve operation is physically verified and documented for every pad before shipment from the factory via 200 minute hold test thus providing a 10:1 safety factor ) Alarms which simply annunciate a failure condition of the system with no reserve time for safe operation shall not be acceptable. The system must include a minimum of one year warranty for parts and labor. The system package must include proof of compliance with the above listed ratings and standards in the form published certificates and reports provided to the owner for reference. The system package must include freight charges to the designated facility. Please note that this synopsis is for planning purposes only and does not constitute a solicitation for competitive bids/proposals and is not to be construed as a commitment by the Government. However, all interested parties who believe they can meet the requirements are invited to submit in writing complete information describing their ability to provide (2) complete Wingrip Fall Protection Systems, as listed above. Firms responding to this synopsis must identify their company??s capabilities to perform the requirements described herein, reference the synopsis number and indicate whether or not that they are a small or small disadvantaged business concern as defined in FAR 52.219-1. The NAICS code is 332323. The Small Business size standard is 500 employees. The information received as a result of this notice will be considered solely for the purpose of determining whether to conduct a competitive procurement. A determination by the Air Force not to open the requirement to open competition, based on response to this sources sought synopsis, is solely within the discretion of the Air Force. The Government does not intend to pay for any information provided under this sources sought synopsis. It is anticipated that a Firm Fixed Price contract will be awarded in Jun of 2006. All responses may be sent via e-mail to kim.ponniah@edwards.af.mil or mailed to 412 TW/PKD, 5 South Wolfe Ave, Edwards AFB, CA 93524-1185, Attention: Kimberly A. Ponniah. Fax Number: 661-275-9602. Responses to this sources sought synopsis are due in the office by Close of Business (COB), 21 Jun 2006.
 
Place of Performance
Address: Edwards AFB, CA
Zip Code: 93524
Country: USA
 
Record
SN01064079-W 20060609/060607221123 (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.