Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 29, 2012 FBO #3718
MODIFICATION

17 -- Articulating Staircase and Hydraulic Scissor Lift Maintenance Stands - Amendment 3 - Questions and Answers 27 Jan 2012

Notice Date
1/27/2012
 
Notice Type
Modification/Amendment
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8533-11-R-32740
 
Response Due
1/31/2012 12:00:00 PM
 
Archive Date
4/30/2012
 
Point of Contact
Brandi W. Moody, Phone: (478)222-1908, Salena W Arrington, Phone: (478)222-1755
 
E-Mail Address
brandi.moody@robins.af.mil, salena.arrington@robins.af.mil
(brandi.moody@robins.af.mil, salena.arrington@robins.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
Questions and Answers 27 January 2012 Statement of Work, Revision 2, Hydrualic Scissor Lift Statement of Work, Revision 2, Articulting Staircase Purchase Description, Revision 3, PD09WRGBGBEA08, dated 27 January 2012 Purchase Description, Revision 3, PD09WRGBGBEA07, dated 27 January 2012 Amendment 0003 **Amendment 0003 has been posted with Revision 3 to the Purchase Descriptions and also Revision 2 to the Statements of Work. Questions and Answers dated 27 January has also been posted** **Amendment 0002 has been posted with Revision 2 of the Purchase Descriptions. The proposal due date has been extended until 14 February at 12:00 PM EST. Questions and Answers dated 18 January has also been posted.** **Amendment 0001 has been posted with Revision 1 of the Purchase Descriptions and Statements of Work. Also questions and answers have been posted dated 5 Jan 2012.** **The three drawings, 9626025, 9579776, and 9579777, listed on ELINs A001, A002, A003 for the Articulating Staircase Maintenance stands and E001 and E002 for the Hydraulic Scissor Lift Maintenance Stands.** Handbook MIL-HDBK-1791 has been posted for reference. **Solicitation has been posted along with all the attachments.** **Proposals are due by 31 January 2012, 12:00 PM EST.** (Reference Request for Information #FA853311XXXXXX) The Support Equipment and Vehicles Division at Robins AFB, Georgia, has a requirement for the acquisition of five models of maintenance stands: Five Models: NSN: Old Noun: Articulating Staircase Type I 1730-01-554-4187RN B-1 Stand Articulating Staircase Type II 1730-01-555-4368RN B-7 Stand Articulating Staircase Type III 1730-01-557-3121RN B-2 Stand Hydraulic Scissor Lift Type I 1730-01-555-4366RN B-4 Stand Hydraulic Scissor Lift Type II 1730-00-555-4367RN B-5 Stand These stands are used to provide maintenance personnel elevated access to various types of aircraft to include all Bomber, Cargo, Air Refueling, Fighter, and Helicopters. These stands (or platforms) enable the aircraft mechanics to perform a variety of different maintenance tasks/procedures on the aircraft. Both the Articulating Staircase and Hydraulic Scissor Lift Stands will be used to accomplish tasks from a range of 3 to 20 foot levels ((Articulating Staircase: Type I - 3 to 12 ft; Type II - 7 to 16 ft; and Type III - 13 to 20 ft) (Hydraulic Scissor Lift: Type I - 3 to 7 ft; Type II - 7 to 14 ft)). The stands must be capable of supporting working loads of 750 lbs (with a tested load of 3000 lbs in order to comply with a safety factor of four (4)). All stands will be designed in a manner which allows them to be dismantled (for transport to deployed locations by military aircraft). The technical specifications will be outlined in a purchase description. The past acquisitions have been per drawing package. A new design is necessary to include current Occupational Safety and Health Administration (OSHA), Air Force Occupational Safety and Health (AFOSH), and American National Standard (ANSI) standards. Each new stand design will require two first article units which will be subjected to verification tests as identified in the test plan, and test report (DD1423) that the offeror shall prepare for engineering approval. The requirement will also include data such as technical manuals, instructional media, provisioning, and most importantly, a drawing package. The Government anticipates multiple awards based on a best value award decision. Offerors may propose to one subset of stands or to both subsets, but are prohibited from proposing on just one stand or a combination of stands other than described herein. The subsets are defined as follows: (1) Articulating Staircase - Type I, Type II, Type III (2) Hydraulic Scissor Lift - Type I, Type II One offeror could be awarded the entire effort including the Articulating Staircase subset and Hydraulic Scissor Lift subset or one contract could be awarded for the Articulating Staircase subset and another for the Hydraulic Scissor Lift subset. The Government intends to award a Firm Fixed Price, Requirements type contract(s) with Best Estimated Quantities (BEQs). The Request for Proposal (RFP) and resultant contract(s) will be structured with one basic contract period of 24 months and 4 annual option periods. The BEQs are as follows: Five Models: Basic Yr. Option I Option II Option III Option IV Articulating Staircase Type I 2 400 400 400 400 Articulating Staircase Type II 2 100 100 100 100 Articulating Staircase Type III 2 100 100 100 100 Hydraulic Scissor Lift Type I 2 400 400 400 400 Hydraulic Scissor Lift Type II 2 200 200 200 200 Total BEQs 10 1200 1200 1200 1200 Award will be made utilizing the Tradeoff Source Selection Process wherein a tradeoff between non-cost factors and cost/price; which will be identified in the RFP. This will be a 100% Total Small Business Set Aside. All responsible sources may submit a proposal that shall be considered by the agency. The anticipated release date for the RFP is 31 October 2011, with an approximate response date of 15 December 2011. The RFP will be posted to the Federal Business Opportunities website only ( www.fedbizopps.gov ). The technical data required to respond to the RFP will be available at www.fedbizopps.gov. All questions regarding the RFP and/or the data packages must be submitted in writing to brandi.moody@robins.af.mil with a copy to Salena.arrington@robins.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov. However, the identity of potential offerors will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check www.fedbizopps.gov prior to submission of proposal.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8533-11-R-32740/listing.html)
 
Record
SN02662650-W 20120129/120127234340-e766de16ab6cf4b082f283e2a5b02da9 (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.