Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JUNE 10, 2015 FBO #4947
MODIFICATION

39 -- Gantry Crane - Holloman High Speed Test Track - RFI Draft Block Drawings - Visitor Access Request

Notice Date
6/8/2015
 
Notice Type
Modification/Amendment
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFTC/PZZ, 102 W D Ave, Bldg 11, Ste 202, Eglin AFB, Florida, 32542, United States
 
ZIP Code
32542
 
Solicitation Number
FA2486-15-R-0199
 
Point of Contact
Jonathan A. Heitkam, Phone: 5755721245
 
E-Mail Address
jonathan.heitkam.2@us.af.mil
(jonathan.heitkam.2@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Electronic Visitor Access Request. Must be completed and submitted no later than 16 June 2015. Draft Drawing of Concrete Block 25x25x17 Feet Draft Drawing of Concrete Block 40x40x7 Feet THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE. THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. The Government is seeking information from all sources regarding a potential contract to procure a Gantry Crane capable of moving concrete target blocks with a minimum weight of 1.7M pounds (850 short tons) and minimum varying dimensions of 25'x25'x17' to 40'x40'x 7' at the 96th Test Group, 846 Test Squadron, located at Holloman AFB, NM. Respondents will not be notified of the responses to this RFI. As stipulated in FAR 15.201(e), responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. In accordance with FAR 52.215-3, this notice is protected pursuant to the Freedom of Information Act and other laws and regulations. Information identified by a respondent as "Proprietary" or "Confidential" will not be disclosed outside of Government channels. While a final decision has not been determined, the North American Industry Classification Systems (NAICS) code is preliminarily set as 333923, Overhead Traveling Crane, Hoist, and Monorail System Manufacturing. A set-aside determination has not been made, but is being considered. The Product and Services Code (PSC) is 3950, Winches, Hoists, Cranes, and Derricks. SECTION 1 - BACKGROUND The 96th Test Group at Holloman AFB, New Mexico, is a unit of the 96th Test Wing, Eglin AFB FL. As part of the 96 TG, the Holloman High Speed Test Track (HHSTT) conducts impact tests to evaluate performance, survivability and lethality of weapon systems. Large concrete targets are manufactured near the impact area of the track and moved into place using a gantry crane. The current gantry crane used to move targets into position is limited to 160 tons constraining the maximum target size to 22'x22'x4'. Providing larger, monolithic targets would enable more realistic target configurations. A gantry crane capable of moving a minimum weight of 1.8M pounds (900 short tons) would provide the opportunity to test against 25'x25'x17' or 40'x40'x 7' target blocks. SECTION 2 - PURPOSE OF RFI: This notice is issued for the purpose of collecting industry comments regarding the 846th Test Squadron's requirements. The Government intends to use information gathered from industry to gain awareness of capabilities, determine interested parties, and to support the formulation of an acquisition strategy. Additionally, there will be an Industry Day held at Holloman Air Force Base, NM, on 24 June 2015 for interested vendors. See SECTION 5 below for details. SECTION 3 - SCOPE OVERVIEW: Draft Requirements: The contractor shall deliver, assemble and train HHSTT personnel on proper use and maintenance of the crane at Holloman AFB NM. The contractor will bring all items necessary for assembly of the crane. 1. The crane shall be capable of lifting and transporting blocks up to 40'X40'X7' and 25'X25'X17' with a weight up to 1.8M pounds (900 short tons) excluding any lifting hardware a minimum of 1 mile over packed uneven soil surface with up to a 3% grade and then depositing the block in a precise location. (Draft block drawings attached) 2. The crane must be capable of tilting the 40'X40'X7' and 25'X25'X17' concrete blocks from the laying flat position to the full upright position using embedded hardware on one side of the block. 3. The crane shall be capable of providing a minimum of 18 inches of clearance between the bottom of the block and the ground. 4. The crane must be capable of placing multiple blocks against each other in the target area. 5. The inside turning radius shall be less than 40 feet. 6. The crane must have front and rear independent steering (all-wheel steering). 7. The crane will have the ability to independently swivel the block 360° within the crane structure, about the vertical axis. 8. The crane fully loaded will be capable of a speed of at least 30 feet per minute. 9. The crane will be capable of lowering lifting hardware to ground level. 10. The crane must have the capability to display current load. 11. Ground bearing pressure (fully loaded) will not exceed 120 psi. 12. Contractor shall supply all maintenance and operational manuals for the crane. Two hard copies and one digital copy shall be supplied. The contractor shall supply HHSTT with all operational manual updates and notify HHSTT of any safety, recall or equipment quality issues. 13. The contractor will deliver a warranty meeting industry standards for parts and labor. 14. The contractor will supply training to HHSTT personnel in the operation and inspection of critical components. 15. The contractor will maintain and make available replacement parts meeting industry standards for years after purchase and provide the number of years. 16. The initial contract award of the crane will include set-up, delivery and operator/maintenance training for up to five people. Contemplated Options: a. Extended warranty for up to 2 years (Deficient items not corrected prior to the government's acceptance shall be carried as warranty items, which will be corrected by the contractor) b. Critical parts information shall include a recommended spare parts list, all information on all Contractor-designed parts, and all purchased subassemblies and components including the manufacturer's part number. The information shall be broken-out to the smallest replacement part. c. Extended maintenance pricing d. Wireless remote control crane operations (FCC CFR Part 15) e. Increase grade capability to 6% over concrete, dirt, and asphalt surfaces while operating with the clearance parameters outlined in Section 2.3. f. A fully enclosed operator's cab with tinted safety glass windows to provide full view of operations. Front, rear, and the inside glass windows shall have windshield wipers and washers. The side glass windows shall open to provide the operator a means of communication with ground support personnel. The cab shall provide insulation and sound deadening to allow communication between the operator and guide walkers on the ground. g. Climate controlled operator's cab with heating and air conditioning to maintain 65°-75°F in the applicable environment. The cab shall be equipped with a window defroster. h. Jacking system to perform maintenance on all major components for crane removal and installation are considered to be critical lifts and include any lifts performed by equipment. Actual center of gravity location and lifting point locations for completely assembled crane and for each major component shall be provided with the Crane Installation Plan. i. All fixtures and hardware required to lift the concrete blocks including spreader bars and lifting beams. The lifting hardware must be designed to distribute the load between the block's embedded hardware. Embedded hardware will be placed within +/- 2 inch tolerance. SECTION 4 - RESPONSE INSTRUCTIONS: Interested parties are encouraged to submit comments on the requirements listed above as to comerciality, if additional information is needed, or if the requirements deviates from industry standards (explain how). If there are requiements listed above that exceed current known safety standards, please provide those comments as well. Responses must be provided in a Microsoft Office or Adobe format. Physical submissions must include original plus two (2) copies. Responses should include as a minimum: Company Name, Address, POC with Phone Number and E-mail Address, DUNS Number and CAGE Code Responses are due by 2:00 pm MDT on 22 June 2015. Electronic submissions may be e-mailed to jonathan.heitkam.2@us.af.mil and andrew.voshell@us.af.mil. Physical documents may be mailed to: 96 TG/PK (AFTC/PZZ) Attn: Jonathan Heitkam PO Box 2308 Holloman AFB, NM 88330 SECTION 5 - INDUSTRY DAY The 846 Test Squadron will conduct an Industry Day on 24 June 2015 at the Holloman High Speed Test Track, Holloman AFB, NM. This is to allow interested vendors access to the sight conditions where a current gantry crane is in use. This will provide an opportunity for industry and the Government to exchange ideas to improve the existing requirements. A schedule of events and directions shall be posted to this site no later than 19 June 2015. To attend the Industry day, vendors are required to submit an electronic visitor access request (e-VAR) no later than 16 June 2015. Copies of this e-var shall be e-mailed to harry.buckner@us.af.mil and jonathan.heitkam.2@us.af.mil. SECTION 6 - ADDITIONAL INFORMATION: No solicitation exists; therefore, do not request a copy of the solicitation. If a solicitation is released, it will be posted on FedBizOps.gov. Interested parties may contact the Contracting Officer, Jonathan Heitkam, at jonathan.heitkam.2@us.af.mil. Added: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][added_on]" value="2015-04-29 15:41:32">Apr 29, 2015 3:41 pm Modified: <input type="hidden" name="dnf_class_values[procurement_notice][description][1][modified_on]" value="2015-06-08 17:31:51">Jun 08, 2015 5:31 pm Track Changes
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/17f9854d0db4d74d2e9c87ef92751d14)
 
Place of Performance
Address: Holloman High Speed Test Track, Holloman AFB, New Mexico, 88330, United States
Zip Code: 88330
 
Record
SN03756327-W 20150610/150608234535-17f9854d0db4d74d2e9c87ef92751d14 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.