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
SOLICITATION NOTICE

49 -- HDS Pallet Fabrication

Notice Date
6/14/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal 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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-T-0169
 
Response Due
6/25/2007
 
Small Business Set-Aside
Total Small Business
 
Description
The Naval Air Warfare Center Aircraft Division (NAWCAD) intends to issue a Purchase Order for fabrication of a portable pallet assembly for mounting a gas turbine engine and transmission, in accordance with Government-owned drawings and specifications. This procurement will be conducted as a competitive 100% small business set-aside under the authority of FAR Part 13. The NAICS code is 332312, Fabricated Structural Metal Manufacturing. Award will be based on meeting Technical requirements, Delivery, Price, and Past Performance, using Simplified Acquisition Procedures. The fabrication specifications are as follows: The pallet is 206 inches long, 113 inches wide and 10 inches thick. The pallet shall be fabricated from 1 ? inch carbon steel plate (pre-finished) (ASTM A-36) supported by a honeycomb structure of S8 X 23 carbon steel S- Beams (ASTM A-36). On the underside of the pallet where the S-Beams intersect 1 inch carbon steel plate (pre-finished) (ASTM A-36) is welded to form support pads. All welding shall be performed to meet American Welding Society Specification D1.1. All welds shall be stress relieved after the pallet is fabricated. The entire structure shall be supported to control distortions and dimensions and heated at the rate of 300o F per hour to 1150o F. The 1150o F temperature shall be held for 2 hours after which it is cooled at the rate of 300o F per hour. All stressed relieved welds shall be inspected by either magnetic particle inspection (ASTM E1444) or fluorescent dye penetrant inspection (ASTM 1417). Acceptance of welds shall be based on criteria defined in MIL-STD-1907. All welds found deficient shall be repaired or replaced. The structure is to be sand blasted (SSPC-10) and immediately painted with one coat of polyamide epoxy primer. The top and bottom surfaces shall be machined to a thickness of 10 inches with a 125 finish. The pallet has three critical characteristics. The top and bottom surfaces shall be flat and parallel to a tolerance of ? 0.005 inches. Two V grooves shall be scribed on the top surface and the intersection of two grooves is critical for engine and transmission alignment on the pallet. The two grooves shall be perpendicular to each other with a tolerance of ? 0.003 inches. Each groove is 0.125 inches wide by 0.0625 inches deep with a tolerance of ? 0.005 inches. The pallet has a fore and aft alignment and containment pin assembly. The pins assure proper alignment of pallet/engine and transmission in the test cell and absorb the torque loads generated during testing. The pin assembly components are fabricated from 304 stainless steel and silicon bronze (AMS 4615) and have tolerances as low as + 0.001 inches. All machined surfaces and threaded parts are to have corrosion protection material/grease applied and the balance of the pallet is to be painted with Navy Blue epoxy paint. The pallet is estimated to weigh 12,000 pounds. The contractor shall deliver and drop the Pallet at the Governments facility at Naval Air Station (N.A.S.), Patuxent River, MD; no hookup is required. Interested Offerors may access the Request for Quotation (RFQ) for this requirement on the following website: http://www.navair.navy.mil/doing_business/open_solicitations/ NOTE: Due to file type incompatibility, the Government-owned drawings cannot be posted to the above NAVAIR solicitation website. To obtain a copy of the Navy-owned drawings in PDF format via email, each interested firm must request the drawings in writing via email from Sandy Strong, Contract Specialist, at cecily.strong@navy.mil. The email must contain the contractors firm name, point of contact name, phone number, and the point of contacts email address. Questions regarding this synopsis should be addressed via email to Sandy Strong, Contract Specialist, at cecily.strong@navy.mil,with a copy via email to Susan Holmes, Contracting Officer, at susan.holmes@navy.mil Emails MUST contain in the subject line: Q&A for Pallet Fabrication RFQ. Amendments to the RFQ, if any, as well as questions and answers (Q&A), will be posted on the website at the above link. Potential contractors are strongly advised to periodically revisit the solicitation weblink for updates.
 
Record
SN01319223-W 20070616/070614221611 (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.