Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 15, 2017 FBO #5866
MODIFICATION

49 -- Aerial Servicing Platform (ASP)

Notice Date
12/13/2017
 
Notice Type
Modification/Amendment
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N6833517RFI0237
 
Archive Date
2/15/2018
 
Point of Contact
Gianna V Gatto, Phone: (732) 323-1270
 
E-Mail Address
gianna.gatto@navy.mil
(gianna.gatto@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A REQUEST FOR INFORMATION (RFI) ONLY. THERE IS NO SOLICITATION PACKAGE AVAILABLE. The Naval Air Warfare Center Lakehurst is requesting information pertaining to the replacement of the existing A/S48M-2 (Diesel Manlift) and A/S48M-3 (Electric Manlift). The USN currently uses the Manlifts for providing access to areas on large aircraft for maintenance. For the purposes of this RFI, the new item will be called an Aerial Servicing Platform (ASP). The ASP will be required to operate landbased at Naval Air Stations worldwide in and around aircraft hangars and flight lines. The USN will be replacing both the existing diesel Manlift and electric Manlift. Nominal preliminary requirements for the ASP are: 1. Dead man type operator controls 2. Work Platform (basket) Working Weight (> 1,000 lbs) 3. Maintenance Height (> 44 feet) 4. Supporting P-3C, C-40, C-130, P-8, and E-6B aircraft 5. Horizontal outreach (34 1/2 ft) 6. Maximum boom angle +75.5 deg 7. Minimum boom angle -16.5 deg 8. Self-propelled speed variable to 4 mph 9. 360 deg continuous boom rotation 10. Ability to be towed on paved roads As required for any typical Navy Support Equipment (SE), the ASP shall be highly reliable, easily maintainable and supportable. Human factors engineering shall be utilized to the greatest extent possible to make the ASP a "user friendly" piece of Support Equipment. The ASP shall be capable of meeting the following requirements: 1. Operate continuously in temperature conditions ranging from -20 degrees F to 140 degrees F. 2. The diesel engine shall start in cold weather (-20 degrees F), without the use of ether. 3. Withstand storage temperature conditions ranging from -40 degrees F to 160 degrees F. 4. Operate in an environment with 95% relative humidity. 5. Operate with exposure to a 5% sodium chloride solution at a fall out rate of 1.2 fluid ounces per hour per square foot of surface area. 6. Operate continuously in blowing rain consisting of four inches per hour rain fall with 40 mph winds. 7. Operate for one hour after exposure to blowing sand (150 to 850 micron particle size). Wind speed shall be 40 mph and the concentration shall be.06 +/- 0.015 g/ft3. 8. Operate for one hour after exposure to blowing dust particles (<149 microns). Wind speed shall be 20 mph and concentration shall be 0.3 +/-0.2 g/ft3. 9. EMI compatibility requirements of MIL-STD-461 Table V, RE102, RS101, RS103. 10. Capable of transport within C-5, C-17 and C-130 aircraft. MIL-HDBK-1791 will be used as guidance in meeting the requirements for Air Transportability Certification. Certification requirements can be found at http://engineering.wpafb.af.mil/attla/attla-transport.asp. 11. Withstand vibration encountered during air transport within C-5, C-17 and C-130 aircraft as well as common carrier (Truck) vibration per Mil-Std-810. 12. Capable of being stored at a pressure of 9.7 inches of Hg simulating transportation in an unpressurized cargo compartment at 40,000 ft. altitude. The purpose of the request for information is to identify potential contractors and to gain insight into current commercial or military products and/or design concepts that meet the above requirements. Along with the interest and product information, it is requested that following topics be addressed: 1. Estimated price information for production units for a diesel and an electric model. 2. Design features that should be considered for potential inclusion in the performance specification. 3. How long can the electric unit be operated on battery power from a full charge, and how long to recharge batteries via facility power? The government may release a Request for Proposals (RFP) in the November 2018 timeframe for a potential contact award in the November 2019 timeframe. It is requested that information be submitted NO LATER THAN 31 Jan 2018 to Ms. Gianna Gatto, Naval Air Warfare Center Aircraft Division, Code 25212 B562-3, Highway 547, Lakehurst, NJ 08733-5082, or by electronic mail at: gianna.gatto@navy.mil. Ms. Gatto may be reached at (732) 323-1270 or fax (732) 323-2359, or to Mr. Alan McCarty, by electronic mail at: alan.mccarty@navy.mil, who may be reached at (732) 323-2869 or fax (732) 323-2359. Respondents are notified that a formal solicitation MAY NOT necessarily result from the RFI. Any comments provided may or may not be included in a formal solicitation. The Government WILL NOT PAY for any information received in response to this RFI nor will the Government compensate any respondent with costs incurred in developing the information provided to the Government. The Government will not release any information marked with a Proprietary legend, received in response to this RFI, to any firms, agencies, or individuals outside the Government without written permission in accordance with the legend.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N6833517RFI0237/listing.html)
 
Record
SN04765680-W 20171215/171213231159-6a473ca1918d33c3ebee8ae482d9c12b (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.