Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 16, 2007 FBO #2028
MODIFICATION

J -- Repair & Refurbishment of C-5 Aircraft Tail Stand

Notice Date
6/14/2007
 
Notice Type
Modification
 
NAICS
811310 — Commercial and Industrial Machinery and Equipment (except Automotive and Electronic) Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, DE, 19902-5639, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F1Q2EM7045A200Tailstand
 
Response Due
7/24/2007
 
Archive Date
8/8/2007
 
Description
The Government has all drawings, specification and technical orders (TOs) associated with the original design of the C-5 Tail Stand on one CD. Since these files are too large to post on fedbizopps.gov, any vendor that would like a copy of this CD, please contact Mr. Chuck Peck at 302-677-3744 or by e-mail at Charles.Peck@dover.af.mil. This CD can be picked up at Dover AFB DE, Bldg 639, Room 204 or can be mailed. The drawings and specifications are in a computer format called The Joint Engineering Data Management Information and Control System (JEDMICS). This is the DOD standard engineering data management and repository system. If you can not download the JEDMICS program to open these files, please contact Mr. Chuck Peck. The three TOs on this disk are in a PDF format. Anyone wanting a sample of the oil or hydraulic fluid needs to contact Mr. Chuck Peck at 302-677-3744 or SMSgt Matt Sirkis at 302-677-5579 to arrange to pick up these samples since they will not be mailed out. All requests for the CD and samples should be requested by 22 Jun 07. This CD and the samples should now allow all contractors to be able to provide a quote for this requirement. Minor changes to the SOW will be posted after this notice. The new date for the proposals to be submitted is now 24 Jul 07. A modification to the solicitation will also be posted after this notice. This acquisition is for a firm fixed-price contract consisting of a base period for one unit. The base period will be approximately six months in length. The requirement is to repair and refurbish one empennage platform (hereinafter referred to as the tail stand) designed to service the tail components of C-5A aircraft. The tail stand shall be brought to fully functional condition as per original design specifications. The tail stand is a 70-ton (approximate), 70-foot tall, self-propelled lattice structure comprised of square tubing weldments. The main structural members are four leg columns joined by bolting to structural fixed deck supports. The structure is arranged to envelop the tail of the aircraft and provide six work levels, all connected by stairs and serviced by a 1000-pound capacity elevator. The sixth work level provides access to the horizontal stabilizer. Each work level consists of a fixed deck that houses a set of sliding deck panels that are manually pulled out to close the gap between the edge of the fixed deck and the vertical stabilizer. The stand is also equipped with a 1000-pound capacity jib crane, a 1000-pound capacity traveling hoist on an I-beam, and four stabilizing jacks. The tail stand is supported by four two-wheel axles: two fixed axles are powered by a hydrostatic drive, and two steered axles are un-powered. A 107 HP, 2800-RPM gasoline engine provides the power to drive and steer the stand at 2 mph in still air and at a slower speed against 40 mph wind. The nominal working pressure of the hydraulic system is 2000 psi. When in position around the tail, the elevator, jib crane, and the hoist are powered through an electric cable from the hangar power source. The NAICS code is 332312 with a corresponding small business size standard (not to exceed) 500 Employees. Evaluation for award will be Price-Performance Tradeoff (PPTO). Issuance of the solicitation was first posted on 12 Apr 2007 and now will close on 24 July 2007. A pre-proposal conference and site visit was held on Dover AFB DE on 3 May 07. The solicitation will be available over the Internet only. NO HARD COPIES will be sent. Follow the links on the EPS website to access the solicitation: USAF Offices, Air Mobility Command, and 436 CONS. Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective contractors must be registered in the Central Contractor Registration (CCR) in order to be eligible for award. IMPORTANT INFORMATION FOR CONTRACTORS: Any award resulting from the solicitation will include DFARS Clause 252.237-7003, Electronic Submission of Payment Requests. Section 1008 of the National Defense Authorization Act for Fiscal Year 2001 requires any claims for payments (invoices) under DoD contract to be submitted in electronic form. Wide Area Workflow-Receipt and Acceptance (WAWF- RA) is the DoD system of choice for implementing this statutory requirement. Use of the basic system is at NO COST to the contractor and training will be provided. Information available at no cost is located at http://www.wawftraining.com. Interested parties should provide all required information within the prescribed time constraints via mail to 436th Contracting Squadron/LGCB , Attn: Chuck Peck, 639 Atlantic Ave, Dover AFB, DE 19902 or by fax to 302-677-2309. The POC for this acquisition is Mr. Chuck Peck (302) 677-3744, E-Mail Charles.Peck@dover.af.mil.
 
Place of Performance
Address: Dover AFB DE
Zip Code: 19902
Country: UNITED STATES
 
Record
SN01318992-W 20070616/070614221138 (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.