Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 08, 2007 FBO #2050
SOLICITATION NOTICE

17 -- CH-47 Maintenance Platform

Notice Date
7/6/2007
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Agency, ARCENT, JLC Forward Contracting Office-Bagram, CJTF-76, Joint Contracting Center Bldg. 90; Bagram, Afghanistan, APO, AE, 09354, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
W91B4N-07-Q-0294
 
Response Due
7/18/2007
 
Archive Date
8/2/2007
 
Description
This combined synopsis/solicitation for commercial items is prepared in accordance with the format in the Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; a quote is being requested and a written solicitation will not be issued. The following is a Request for Quote (RFQ), W91B4N-07-Q-0294, using Simplified Acquisition Procedures. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-17 and Defense Federal Acquisition Regulation Supplement (DFARS) change notice 20070531. It is the vendors' responsibility to be familiar with applicable clauses and provisions. All items are to be shipped to Bagram AF, Afghanistan, Attn: 1Lt. Yalunda Akinloba, APO AE, 09354. Funds are not presently available for this acquisition. No contract award will be made until appropriated funds are made available. 0001 1 Each Chinook CH-47 Maintenance Platform; The portable platform must be suitable to perform CH-47 maintenance tasks in accordance with (IAW) CH-47 Maintenance Technical Manuals (TMs): 55-1520-240-23 Series (Aviation Unit and Aviation Intermediate Maintenance Manual for CH-47 Helicopter) and 55-1520-240T Series (Aviation Unit and Aviation Intermediate Troubleshooting Manual for CH-47 Chinook). The platform shall be multi-tiered and reconfigurable in any combination, including simultaneously, surrounding the nose, fuselage (right and left side), and tail section of the CH-47 aircraft in maintenance. The platform shall be designed to facilitate personnel training and maintenance from ground level to the top of the CH-47 rotor system. The platform shall include over-current and short-circuit protective devices, and emergency shut off switches IAW the Underwriter's Laboratory Standard 1950 (UL 1950) for equipment onboard electrical outlets. The platform shall comply with the provisions of Code of Federal Regulations (CFR) 1910.23, including, but not limited to personnel fall protection, walking-working surfaces and platform means of egress. The platform shall be configurable to any and all of the following heights as referenced from a level ground horizontal surface, and as referenced from the front of the aircraft. All dimensional tolerances shall be within plus (+) or minus (-) 3 inches (in), (+/-) in the vertical plane: Front lower aircraft deck height: 42 inches; Aircraft engine deck height: 62 inches; Aircraft front rotor deck height: 126 inches; Aircraft upper rear rotor deck height: adjustable from 162 inches to 218 inches; The CH-47 maintenance platform shall not exceed the following cumulative system dimensions as viewed from the front of the aircraft; Platform width: 29 feet, or 348 inches (+/- 3 inches) in the horizontal plane when fully configured (access to nose, fuselage and tail simultaneously); Platform length: 60 feet, or 720 inches (+/- 3 inches) with respect to the CH-47 Armament Datum Line (ADL), or the lateral view, from front to rear of the platform when fully configured (access to nose, fuselage and tail simultaneously). Platform shall be constructed of structural aluminum and all platform decking and stairs shall have safety tread or "non skid" material installed on the walking surfaces. The platform shall be constructed from new materials and must not require external or chemical finishing. The platform shall have the following features: The platform shall have a frame that is a bolt together structure that facilitates assembly and disassembly. The platform sections shall be "modular" and provide for unused platform sections to be installed or removed for storage or tailored to meet platform aircraft maintenance requirements. When completely assembled, the platform shall provide unfettered access to all areas and external parts of the aircraft without the need for movement of any platform sections. The platform shall have casters/wheels installed with self-locking brakes and shall be capable of omni-directional movement on paved surfaces. The platform shall be equipped with jackscrews at wheel locations to provide for a fine leveling adjustment capability for a particular platform work section. The platform shall be designed to closely follow the contour of the aircraft surface and any platform area adjacent to the aircraft surface shall be configured with rubber bumpers to preclude damage to the aircraft by the platform. The assembled platform stairways shall be capable of providing complete access to the top of the aircraft. The platform shall not interfere with the aircraft flight control rigging, removal of air inlet assemblies, or the opening of engine cowlings and stands. The platform shall provide a mechanical loading capacity of not less than 100 pounds per square foot (psf) and a minimum load of 680 pounds on each horizontal surface evenly distributed. The platform stair sections shall have a mechanical loading capacity of not less than 100psf and a minimum load of 350 pounds on each horizontal surface evenly distributed. The platform system shall incorporate 115 VAC 60 Hz power lines and outlets and compressed air lines at the center of each platform section tier. The following Federal Acquisition Regulation clauses apply: FAR.232-18 ? Availability of Funds (Apr 1984); FAR 52.211-6, Brand name or equal (August 1999); FAR 52.212-1, Instructions to Offerors ?Commercial items (Sep 2006); offerors shall provide a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications ? Commercial Items, with its quote; FAR 52.212-4, Contract Terms and Conditions (Feb 2007); FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders ? Commercial Items(Mar 2007); FAR 52.225-13, Restrictions on Certain Foreign Purchases (Feb 2006); FAR 52.232-34, Payment by Electronic Funds Transfer- Other than Central Contractor Registration (May 1999); FAR 52.225-14, Inconsistency between English version and Translation of Contract (Feb 2000); FAR 52.247-34, F.O.B. Destination (Nov 1991); and FAR 52.252-2, Clauses Incorporated by Reference (Feb 1998). The following Defense Federal Acquisition Regulation Supplement clauses apply: DFARS 252.225-7005 Identification of Expenditures in the United States (Jun 2005); DFARS 252.225-7012 Preference For Certain Domestic Commodities (Jan 2007); DFARS 252.225-7014 Preference for Domestic Specialty Metals (Jun 2005); DFARS 252.225-7015 Restriction on Acquisition of Hand or Measuring Tools (Jun 2005); DFARS 252.225-7020 Trade Agreements Certificate (Jan 2005); DFARS 252.225-7021 Trade Agreements (Mar 2007). All clauses can be viewed on the Federal Acquisition Regulation website: http://farsite.hill.af.mil/vffara.htm. Please submit signed and dated quotes on company letterhead with unit prices, unit total prices, and delivery direct to Bagram AF, Afghanistan, estimated delivery time, and total offer amount. The Government will consider the following factors in determining the most advantageous offer to the Government: technical capability of the item offered to meet the Government?s requirement as defined in the item technical specification for CLIN 0001 above; delivery time to Bagram Air Field Afghanistan; price; and past performance. Vendors are encouraged to propose multiple means of delivery of the product and corresponding prices. All offers must be submitted no later than 1630 Kabul/ 1200 GMT/ 0800 EST, 18 July 2007. Offers are to be emailed commoditiesafghan@gmail.com; ATTN: 1Lt Yalunda Akinloba. Reference the Purchase Request number. Please email any questions/comments to 1Lt. Yalunda Akinloba (email information above).
 
Place of Performance
Address: Bagram,, APO AE
Zip Code: 09354
Country: AFGHANISTAN
 
Record
SN01336019-W 20070708/070706220853 (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.