Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 01, 2014 FBO #4725
MODIFICATION

17 -- Self-propelled Crane Aircraft Maintenance and Positioning (SCAMP II)

Notice Date
10/30/2014
 
Notice Type
Modification/Amendment
 
NAICS
336999 — All Other Transportation Equipment Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ15RSCAM
 
Response Due
11/6/2014
 
Archive Date
12/29/2014
 
Point of Contact
Rebekah Massey, 2568424946
 
E-Mail Address
ACC-RSA - (Aviation)
(rebekah.j.massey@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Amendment 0001 Incorporates attached Question and Answer Document posted 28 October 2014. Amendment 0002 incorporates attached Questions and Answers Document posted 30 October 2014. Purpose: The Army Program Executive Office (PEO) Aviation - Program Manager, Aviation Systems (PM AS) - Product Manager Aviation Ground Support Equipment (PM AGSE) is in the process of developing requirements for an Airmobile, (transportable by CH 47 helicopter), Expeditionary, (used in the recovery of downed aircraft), Aircraft Maintenance Crane. This Request for Information (RFI) is to address requirements and capabilities as outlined in the Capabilities section below. Recognizing that manufacturers have been designing and producing a variety of maintenance cranes for years; the Army is issuing this RFI to gather information pertaining to your current business and engineering practices. If feasible, the Army may incorporate some of your information in the specifications for the Aviation Maintenance Crane. Your input is valuable and very much appreciated. Capabilities: SCAMP II; Type II Threshold (T) = minimum requirement; Objective (O) = desired requirement 1.Reach, Lift and Positioning: The Type II crane will lift 3000 lbs. (T); 7,500 (O); and raise the top of the main rotor head with sling attached to a height of 14 ft. (T), 20 ft. (O); and safely position the load from its point of origin to its maintenance support fixture. (T = O) 2.The Type II will be capable of reaching and maneuvering the CH 47 aft rotor blade (360 lbs.) at a height of 21 Ft. with blade sling attached. (T); 25 Ft (O); and then safely position the load from its point of origin to its maintenance support fixture. 3.The Type II will include a capability for simultaneous boom and winch operation, and will include a positive fail safe feature which will prevent dropping of the load when raising and lowering the hook, extending, or elevating or slewing the boom. 4.The Type II will have hydraulically, mechanically, or electrically leveling outriggers. 5.The Type II will have tip-over protection to provide the operator with passive indication of impending system overturning moments. (T); automatically warn the operator of unsafe system moments, and automatically interrupt lift operations if the rated capacity limitation with respect to overturning moment. (O) 6.The Type II will be transportable by all modes of military and commercial transportation including highway, rail, marine and air. Type II must be airmobile by CH-47 helicopter. 7.The Type II crane will be self-propelled, able to negotiate primary roads, secondary roads, and trails, i.e. over surfaces ranging from maintained and paved, to dry, unimproved, seldom maintained loose surface roads intended for low density traffic. 8.The Type II will be able to autonomously operate cross-country, i.e. over terrain not subject to repeated traffic and where no man-made improvements exist. (T); Autonomously sustain speeds of at least 10 MPH. (O) 9.The Type II crane shall be compatible with the Army standard fuel (JP-8) (and commercial equivalent specification Jet A F-24) and other military spec products for oil and lubricants. (T); The Type II will be compatible with multi-fuels e.g. JP8, diesel, or diesel alternatives without special maintenance procedures required to switch between fuel types. (O) 10.The Type II crane will have sufficient fuel capacity to operate for a minimum of four hours before fuel is required. 11.The Type II will be operable using an on-board diesel engine. The Type II will also be operable by plugging into commonly available AC electrical power. (T = O). 12.The Type II crane will include a capability for precision-control. Precision-control allows very slow, constant, continuous, fixed rate of motion of the hoist, boom, and swing functions and should not exceed 5% to 10% of the normal speed. All controls will permit safe, precision control of the load. The Type II boom and hook functions will be controllable via controls located at the operators control station. (T); The Type II remote control system for all boom and hook operations, capable of being operated from the immediate vicinity of the crane hook. 13.The Type II will have a device that automatically prevents the hook from being raised too close to the upper block, thus preventing contact between the hook and block. 14.The Type II will include night driving lights only if able to sustain speeds greater than 10 mph. 15.The Type II will include work lights, on/off switchable. The work lights will be self-contained and adjustable, enabling safe lifting operations. (T); Type II work lights shall be switchable to Night Vision System (NVS) compatible lighting. (O). 16.The Type II crane will have a keyless operation (electric start) ignition system. Caution: Responders to this RFI are placed on notice that participation in this survey is voluntary and the Government will not reimburse participants for any expenses associated with their participation in this survey. This RFI is issued for informational purposes only and does not constitute a solicitation or commit the Government to award a contract, now or in the future. This is not a request for proposal, and all information submitted in response to this request shall become the property of the Government and will not be returned to the submitter. Instructions: After reviewing the requirements, if you desire to participate in the RFI, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the Government being unable to adequately assess your capabilities and maintenance cranes market availability. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement. Participants are encouraged to explain in detail any business and engineering practices used to manufacture the cranes. Please provide as much technical specifications as possible. Photographs are also welcome. You are also encouraged to identify potential problem areas and solutions. It is the Government's desire that interested participants provide the production unit cost and part number of the system(s) submitted in their response. The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat and addresses each of the above characteristics and any other important technical aspects of the product. Please provide the following business information for your company/institution and for any teaming or joint venture partners: Company Name: Address: City/State/Zip: Point of Contact (POC): Phone # for POC: Fax # for POC: E-mail Address: CAGE Code: Web Page URL: North American Industry Classification System (NAICS) Code: Based on this NAICS Code, state whether your company is: Large Business (YES/NO) Small Business (YES/NO) Woman Owned Small Business (YES/NO) Small Disadvantaged Business (YES/NO) 8(a) Certified (YES/NO) HUB Zone Certified (YES/NO) Veteran Owned Small Business (YES/NO) Service Disabled Small Business (YES/NO) Central Contractor Registered (YES/NO) A statement as to whether your company's ownership is domestic or foreign (if foreign, please indicate the country of ownership). Please submit electronic response via e-mail no later than close of business 06 November 2014 to Rebekah.j.massey.civ@mail.mil. Please direct any questions to Ms. Rebekah Massey at Rebekah.j.massey.civ@mail.mil. Questionnaire 1. Briefly provide a description of your company's current engineering and production capabilities. What is the estimated production lead-time for the first article units? What would be the lead-time for the production units? What is your maximum manufacturing capacity per month? Per year? 2. Explain your company's quality and configuration control program for the manufacture of hardware (e.g. ISO 9000 series). Explain your process for submitting documentation to the Government relative to production process changes and diminishing manufacturing sources that ultimately affect yours and the Government's ability to provide/obtain repair parts needed for sustainment of systems procured. 3. If the system(s) has already been procured by other Government organizations, please provide the contract numbers. 4. Does your company have the capability to add additional production if situations required it. Briefly describe - including; how this would be accomplished, how much additional production, how quickly your company could react, etc. 5. What type of warranties do you provide? 6. Have any of your ground support equipment projects involved OSHA/AFOSH requirements? Provide a brief example. 7. Have any of your maintenance platform projects required verification, fit, and function testing for your customers? For example, have you conducted load-bearing tests, environmental testing, etc.? Briefly describe your testing capabilities. 8. What experience do you have with Government technical manual requirements? Do you accomplish this through your own workforce or is it subcontracted? Explain. 9. Do you provide operation and maintenance manuals with your products? Briefly describe these manuals. 10. Provide information on the quality control and quality assurance processes in your design and manufacturing efforts. 11. Based on your review of the draft purchase description, is there a specific material that may be considered a major, critical contributor to the overall cost of the Aircraft Maintenance Crane? 12. What knowledge or experience do you have in developing a technical data package that complies with Government specifications per DI-SESS-81000? Explain. 13. Where is the candidate crane manufactured? Explain what percentage is made in the USA? 14. What is the weight and dimensions of your crane? The Army suggested maximum weight is 12,000 lbs.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/0bb77ef7970d65921ded80cc407b455a)
 
Place of Performance
Address: ACC-RSA - (Aviation) ATTN: CCAM, Building 5309, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
 
Record
SN03562585-W 20141101/141031000941-0bb77ef7970d65921ded80cc407b455a (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.