Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 21, 2011 FBO #3526
SOURCES SOUGHT

81 -- C5 APU Shipping Containers - Container Specs & Drawings

Notice Date
7/19/2011
 
Notice Type
Sources Sought
 
NAICS
316991 — Luggage Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
 
ZIP Code
45433-5309
 
Solicitation Number
FA8601-11-T-0209SS
 
Archive Date
8/5/2011
 
Point of Contact
Michael J. Allen, Phone: 9375224586
 
E-Mail Address
michael.allen2@wpafb.af.mil
(michael.allen2@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Container Spec 3 Container Spec 2 Container Spec 1 This is a sources sought announcement only, and is not an intent to procure. A solicitation is not available at this time, and any requests for a solicitation will not receive a response. ASC/PKOA Contracting at Wright Patterson AFB, OH, is conducting market research to determine the availability of firms to provide or fabricates containers for shipping and storage of C-5 APU Hoist Assemblies. Each item is a rotationally molded plastic, reusable, long-life, shipping and storage container that provides a weather resistant environment for military hardware. The three containers are designed to accommodate C-5 APU Hoist Components. The containers are plastic and consist of a cover and a base. The containers have a silicone foam rubber gasket at the cover/base split line which is compressed using half-turn wing latches to create a certified air-tight/controlled breathing environment for the packaged asset. Each container contains an isolation system made of 4 pound density polyethylene foam which holds all APU components in place. DL 20111615 also incorporates an aluminum tray, assembly 20111617, which shall be Government furnished. Container handling provisions consist of 2 and 4 person manual lifts. The major technical requirements necessary to meet our needs are: 3.2 Characteristics. 3.2.1 Performance. The containers shall meet the following performance requirements. 3.2.1.1 Inspection. The containers, when examined in accordance with 4.1.1 and 4.2.1 shall comply with the fabrication and assembly requirements of DL 20111600, DL 20111615, and DL 20111635 and associated drawings within the specified tolerances and specifications listed thereon, respectively. 3.2.1.2 Leakage. Leakage shall not exceed 0.25 psig in 30 minutes per 4.1.3. Each production container shall be tested for this requirement. 3.2.1.3 Container interface. 3.2.1.3.1 DL 20111600 Items. The largest component from APU Hoist Set AGE70078, the dual winch, shall be secured in and removed from the container. The container shall demonstrate proper support of the item without interference or binding. Interference dimensions may be dimensionally inspected to verify conformance. (See 4.1.2). 3.2.1.3.2 DL 20111615 Items. All components from APU Hoist Sets AGE70078 and AGE70079, except the dual winch from AGE70078, shall be secured in and removed from the container. The container shall demonstrate proper support of the item without interference or binding. Interference dimensions may be dimensionally inspected to verify conformance. (See 4.1.2). 3.2.1.3.3 DL 20111635 Items. All components from APU Hoist Set AGE70080 shall be secured in and removed from the container. The container shall demonstrate proper support of the item without interference or binding. Interference dimensions may be dimensionally inspected to verify conformance. (See 4.1.2). 3.3 Design and construction. 3.3.1 Production drawings. The containers shall be fabricated and assembled in accordance with all applicable drawings, parts lists, and other documents listed on DL 20111600, DL 20111615, and DL 20111635, respectively. 3.3.2 Standards of manufacture. The detailed requirements for materials, design, and construction of containers to be manufactured in accordance with this specification are provided by the DL of the drawing packages, specifications and standards listed thereon. The standard of workmanship and manufacturing exhibited in approved pre-production samples, shall be the standard of workmanship for all production containers. 3.3.3 Workmanship. Workmanship shall be of sufficiently high quality to assure the containers will comply with all requirements of this specification. Particular attention shall be paid to bonding of foam parts, marking and freedom of part from dirt, grease, and other foreign matter. The containers shall be free of bowing and warpage. The assembled container shall be thoroughly cleaned of all dirt and other foreign matter. Cleaning methods shall not be injurious to any of the parts or assemblies, nor shall the cleaning agent contaminate the parts. 4. QUALITY ASSURANCE PROVISIONS. 4.1 First Article (FA) approval and tests, performed at AFPTEF, WPAFB. 4.1.1 Approval. Prior to all tests, the first article (FA) containers shall be physically examined for compliance with Drawing Numbers 20111600, 20111615, and 20111635, respectively. Approval shall consist of a visual inspection of the characteristics and measurement of the component parts and complete container to ensure compliance with the drawings. Measuring instruments sufficient to verify drawing tolerances shall be used. 4.1.2 Item interface test. This test shall be conducted by bringing together the container and the intended loads. The items shall be placed in position in the containers. The containers shall be closed in their normal shipping condition, and secured by fastening all latches. Care shall be exercised to assure that both the container and the load are representative of the final configuration and that normal dimensional variations are considered. Interface dimensions may be dimensionally inspected to verify conformance to drawing requirements. The container shall meet the requirements of 3.2.1.3.1, 3.2.1.3.2, and 3.2.1.3.3. 4.1.3 Leakage Test. The container shall be examined for leakage when assembled and sealed in the same manner as it will be prepared for shipment, except that the relief valve will be blocked off. The container should be tested at 0.5 psig pressure. The container shall be pressurized and allowed to stabilize for 30 minutes before starting the test. The test shall be conducted in an enclosed area with constant temperature, no drafts and no solar load. The pressure shall show no more than 0.025 psig change in 30 minutes. Any leakage exceeding that amount shall be cause for rejection per 3.2.1.2. 4.1.4 Manual Handling. Ensure that all manual lifting handles function properly. Handles shall rotate easily away from container wall when in use and return to recessed position upon release. 4.2 Production quality conformance inspection and test. 4.2.1 Inspection. The contractor's inspection system shall be sufficient to ensure that parts and materials submitted conform to the requirements of each design's DL. The contractor is responsible for furnishing articles that meet all the requirements of drawings and specifications included in this contract, with the exception of assembly 20111617 and all of its components from DL 20111615. Assembly 20111617, a welded aluminum tray, will be Government furnished. Production shall be performed under controlled conditions. The procedures used for process control and inspection are at the option of the contractor, provided objective, documented evidence is maintained and made available upon request by the Government. 5. PREPARATION FOR DELIVERY 5.1 Packaging and packing. The containers shall be packaged per best commercial practices for delivery. All conveyances shall be loaded, blocked and braced in accordance with best commercial practice. 5.2 Marking. Container marking shall be IAW the drawing packages, contract or order. Marking for final delivery shipment shall be IAW best commercial practice. Any marking or labels required for final delivery shipment shall not be permanently placed on the containers themselves. 5.3 Deliverables. 5.3.1 First Article. 1 of each container (DL 20111600, DL 20111615, and DL20111635). 5.3.1.1 Delivery. Container delivery TBD. 5.3.1 Quantity. 18 of each container (DL 20111600, DL 20111615, and DL20111635). 5.3.2.1 Delivery. Container delivery TBD. SPECIFICATIONS AND DRAWINGS: This specification establishes the requirements for manufacture of the C-5 APU Hoist Assemblies, Shipping and Storage Containers, Drawing and Data Lists (DL) 20111600, 20111615, and 20111635. Each potential source shall give a brief description of their product and ability to satisfy the requirements identified above. All responses should include product model number, manufacturer, specifications, delivery timeline, and any applicable warranties. Each potential source, if not the manufacturer, must be an authorized supplier capable of providing and honoring the commercial manufacturer's warranties on the prospective items that meet these requirements. All responses to this sources sought are limited to five pages and must include the following additional information: name and address of firm, commercial activity/government entity (CAGE) code, small or large business size status, point of contact name, title, phone, and email. Interested sources shall submit all replies by email to michael.allen2@wpafb.af.mil no later than 3:00PM EST on Friday, 29 July 2011. Acknowledgement of receipt will not be made. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SOURCES SOUGHT OR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED. This request for information is for planning purposes only and shall not be considered as an Invitation for Bid (IFB), Request for Quotation (RFQ), or Request for Proposal (RFP), or as an obligation on the part of the Government to acquire any products or services. Your responses to this sources sought will be treated as information only. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of contractor submission of responses to this sources sought or Government use of such information. The Government reserves the right to reject, in whole or part, any contractor input resulting from this sources sought. The information resulting from this sources sought may be included in one or more RFP's, which may be released via the FEDBIZOPPS.GOV portal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-T-0209SS/listing.html)
 
Place of Performance
Address: Wright Patterson AFB, Ohio, 45433, United States
Zip Code: 45433
 
Record
SN02503303-W 20110721/110720001326-81786e3a777c7e7491a08dbab010cf21 (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.