Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 12, 2007 FBO #2085
SOURCES SOUGHT

17 -- Aircraft Tow Vehicle for A-10, F-16, F-15, and F-22

Notice Date
8/10/2007
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
NGB DET 11, AATC, 1600 E. Super Sabre Drive, Bldg #10, Tucson, AZ 85706
 
ZIP Code
85706
 
Solicitation Number
W912L2-07-H-9908
 
Response Due
9/10/2007
 
Archive Date
11/9/2007
 
Small Business Set-Aside
N/A
 
Description
As prescribed in FAR 15.209(c), the following provision is inserted: IAW FAR 52.215-3 -- Request for Information (Oct 1997) (a) The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, Bid and proposal costs, of the Federal Acquisition Regulation. (b) Although proposal and offeror are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. (c) This solicitation is issued for the purpose of identifying information on an aircraft tow vehicle that has already been developed and may be modified to meet the agency requirement as listed below: AATC is issuing a Request for Information in an effort to determine potential sources and information on existing aircraft tow vehicle for the United States Air Force F-16, F-15, A-10, F-22 aircraft. This announcement is for market research and does not co nstitute an RFP. This is not an R&D request. AATC is seeking information on affordable aircraft tow vehicle using the latest Commercial Off-The Shelf (COTS) technology. The initial effort would require one fully operational aircraft tow vehicle loaned to AATC for an Operational Utility Evaluation (OU E). Follow on procurement are dependent on OUE results and funding, which is not currently budgeted. The government is looking for a system that offers best value to the government, not necessarily the lowest procurement cost; however, affordability is an important factor. The following agency needs are provided to assist in conducting this Request for I nformation: Desired Specification requested but not limited too Combustion or Electrical Engine; Dimensions less than pallet position for DEPLOYABILITY 88 wx108lx 48h; Tires pneumatic; Weight under 2,500 lbs; Working load 50,000 lbs; Attach point pintle hook or b uilt in tow bar; Ability to tow multiple fighter aircraft, F-16, F-15, A-10, F-22; Reverse; Ground clearance 4.0 inch minimum; Environmentally Preferred; Duty cycle minimum of 12 hours during normal operations; Batteries gel, UL listed, FAA approved; Batte ry charger stand alone; 110 vac 60 hz / 220 vac 50 hz; Automatic shutdown when batteries have been charged; Dynamic braking; Microprocessor based; Locations of electrical components and connections; Electrical components above 18.00 inches from the floor; Ability to tow in rain; Single operator; Emergency braking; Warranty and training; Ability to tow up to 100 yards, in the rain, on grade of 2 degrees. Testing will be done on painted hangar floor, wet. Interested parties capable of providing a aircraft tow vehicle, which meets or exceeds the above specifications, shall provide a Statement of Capability (SOC) that demonstrates the existing capability to supply, modify, and sustain the system and a descrip tion of system capabilities. The SOC shall be unclassified and the information submitted should be pertinent to, and identify system capability as related to the technical effort requested above. A limit of twenty (20) pages is imposed for the responses. Responses should be received by close of business 10 September 2007. Please direct all questions to Michael DeSouto at Michael.desouto@aztucs.ang.af.mil . This solicitation is not to be construed as a commitment on the part of the Government to award a contract, nor does the Government intend to directly pay for any inform ation or responses submitted as the result of this Request for Information.
 
Place of Performance
Address: NGB DET 11 AATC, 1600 E. Super Sabre Drive, Bldg #10 Tucson AZ
Zip Code: 85706
Country: US
 
Record
SN01369132-W 20070812/070810221924 (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.