Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 17, 2011 FBO #3431
SOLICITATION NOTICE

54 -- Bi-Parting Empennage Enclosure for C-5 MTE-1 - Statement of Objectives - Drawings - Solicitation Contractor Order

Notice Date
4/15/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Reserve Command, 439 CONF/LGC, 250 Airlift Drive, Westover ARB, Chicopee, Massachusetts, 01022-1507, United States
 
ZIP Code
01022-1507
 
Solicitation Number
FA6606-11-R-0002
 
Point of Contact
Richard E. Belford Jr.,
 
E-Mail Address
Richard.Belford.1@us.af.mil
(Richard.Belford.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Solicitation contractor order. Drawings of building 7000. Statement of Objectives. Solcitiation Description for Mobile Tail Enclosure - Westover Air Reserve Base, Massachusetts This requirement is to furnish and install all fabrication, labor, travel, equipment, materials, training, and other items as required herein and as necessary to provide complete a functioning C-5 Bi-Parting Empennage Enclosure for Westover ARB, MA. System to be provided shall be classified as equipment and will connect to a hangar during use. The mobile enclosure shall be a bi-parting enclosure, consisting of two self-supporting, three-sided, roofed structures mounted on a dual flanged steel wheel and rail track system and be fully self-propelled to open and close around the C-5 empennage. The structure shall be stable, rigid, and sway-resistant in any position. Fabric structures are not allowed. The length of travel of each section of the enclosure to the fully opened mode shall be at least half the full wing span of the aircraft and beyond the minimum wing tip clearance requirements for safe movement of aircraft into and out of the ISO dock. When in closed mode the enclosure shall be sized to completely enclose the aircraft's empennage and maintenance tail stand with a minimum interior clearance of 10 feet (15 feet is desirable) at all points on each side of the tail stand; a minimum interior clearance of 25 feet to the rear of the tail stand; and the minimum interior clearance necessary for the safe operation of the jib crane. Minimum clearances shall account for the depth of structural roof framing and structural deflections. Due to snow loading anticipated to be imposed onto the the existing hangar roof, the enclosure shall be no more than 15 feet taller than the exisiting roof and a maximum width of 110 feet. The enclosure shall be fabricated with all necessary structural members, trusses, purlins, bracing, gussets, siding, roofing, insulation, etc. to withstand wind, snow and seismic loadings in accordance with the most current edition of ASCE-7 and Unified Facilities Criteria for this geographic location in the fully closed mode with the following special, aditional requirements: Each segment of the enclosure shall be fabricated to be able to travel at a maximum rate of 30 feet per minute at zero wind load; be able to travel during wind at a speed of 25 mph (40 mph is desireable), and be able to withstand the full design wind loads while anchored in the fully opened mode for prolonged durations during fair weather seasons of the year. The enclosure shall be able to fully operate in temperature ranges of minus-20 to 110 degrees Farenheit and be able to withstand 1-inch diameter hail. The response date for the solicitation will be May 16, 2011. This is a 100% Small Business Set-Aside. The North American Industry Classification System (NAICS) code is 332312 with a size standard of 500 employees. All firms must be registered with the Central Contractor Registration (CCR) in order to receive award. Information to register can be found on the Internet at http://www.ccr.gov/ or telephone 1-888-227-2423. This solicitation will result in a firm-fixed price contract for a commercial item. The entire solicitation, including the Statement of Objective, will be available only on the Government Point of Entry at the Federal Business Opportunities website, www.fbo.gov. Paper copies will not be available. 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 offerors interested in submitting a proposal on this solicitation must have a commercial and government entity code (CAGE Code). Telephone and fax requests will not be honored. Questions about this acquisition should be emailed to Richard Belford, Contract Specialist, at richard.belford.1@us.af.mil. Any resultant award will include DFARS Clause 252.232-7003, "Electronic Submission of Payment Request".
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFRC/439LSSLGC/FA6606-11-R-0002/listing.html)
 
Place of Performance
Address: Westover Air Reserve Base, Chicopee, Massachusetts, 01022, United States
Zip Code: 01022
 
Record
SN02425947-W 20110417/110415234500-2351c33b0b4a338ff659a79a2733cc72 (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.