Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 05, 2002 FBO #0185
SOLICITATION NOTICE

54 -- UH-60 BLACKHAWK MAINTENANCE PLATFORM AND UH-60 BACKHAWK TAIL ROTOR WORK PLATFORM

Notice Date
6/3/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
USPFO for Connecticut, 360 Broad Street, Hartford, CT 06105-3795
 
ZIP Code
06105-3795
 
Solicitation Number
DAHA06-02-R-0008
 
Response Due
7/1/2002
 
Archive Date
7/31/2002
 
Point of Contact
Diana Marini, 860-524-4873
 
E-Mail Address
Email your questions to USPFO for Connecticut
(Diana.Marini@ct.ngb.army.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
NA PHASE AND TAIL ROTOR MAINTENANCE PLATFORMS, UH-60 HELICOPTER. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are be ing requested and a written solicitation will not be issued. The solicitation number is DAHA06-01-R-0008 and is issued as a Request for Proposal (RFP). SIC code is 3537, with size standard of 750. The solicitation document and incorporated provisions and c lauses are those in effect through Federal Acquisition Circular 2001-04. The proposed contract is 100% set aside for small business concerns. The Army National Guard has a requirement for a total of four each, Phase Maintenance Platforms for the Sikorsky, Blackhawk Series UH-60 Helicopter and a total of four each, Tail Rotor Work Platform for the Sikorsky, Blackhawk Series UH-60 Helicopter. One each Phase Maintenance Platform and one each Tail Rotor Work Platform for the following locations: CT AVCRAD, AAS F-CT, AASF-DE and AASF-RI. The Government considers PWH60P-MP, Phase Maintenance Platform manufactured by West Coast Weld Tech, Inc or ME1001-EXT, Phase Maintenance Platform manufactured by Merrill Engineering Ltd. or Equal to meet the minimum requirement s of the Government. The Government considers PWH60P-TRP Blackhawk Series, Tail Rotor Work Platform manufactured by West Coast Weld Tech, Inc or ME-1010, Blackhawk Series, Tail Rotor Work Platform manufactured by Merrill Engineering Ltd. or Equal to meet the minimum requirements of the Government. Minimum salient physical, functional and performance characteristics that an Equal item must meet to be acceptable are as follows: The product must comply with OSHA requirements under the required General Indust ry regulations as outlined in CFR-29, Part 1910. Light weight, high strength aluminum, modular design to form an aircraft maintenance bay; starboard, port and forward of aircraft. Non-slip safety-grip, tread surface and rubber bumpers to protect the sides of the aircraft. The platforms will be equipped with removable/retractable and attached drop-down handrails on each of the front, port and starboard decks to allow ease of fit with main rotor blades in operational position. All handrails will have kick r ails on bottom of rails for safety and security from dropped tools or rolling material. All platform modular components and sliding panels will be locked in pace with stainless steel hardware. Swivel castor wheel assemblies giving full mobility and adjus table height will have a positive locking safety feature. The main phase maintenance platform must have a certified uniform load rating of 4500 lbs. The aft (tail rotor maintenance platform) assembly shall be of modular design and shall be installed aroun d three sides, (left, right, aft) of the vertical tail pylon as well as allowing total access of the drive shaft assemblies and the total length of the tail rotor platform will be capable of extending no more than 18 inches beyond the outside arc of the t ail rotor blades while allowing all flight control movements. The install and roll-up fit of the tail rotor platform, including the two rear stair (port and starboard) accesses of the tail rotor platform must climb from the forward position of the aircraft and shall enable the full operation of the stabilator at all times. The left side of the platform (co-pilot side) must allow workers to service the intermediate gearbox, tail rotor blades and the total length of the drive shaft while in the operational p osition. Materials: Platforms shall be fabricated from structural aluminum, with decking and stair treads to be made from an appropriate grade of aluminum plank. All material shall be new and conform to all applicable standards and specifications. Aluminum surfaces will be left with a natural finish. Features: The platforms, and any markings, shall meet all applicable OSHA requirements. The product's frame must be a simple bolt-together structure that can easily be disassembled for storage or shipping. The product's casters/wheels must be equipped with brakes to provide positive lock. Leveling of ind ividual sections of the platform shall be provided by jackscrews or other suitable means to adjust for variance in aircraft height due to loading, floor-surface and preferred working height. All handrails must be at least 42 inches in height, adjustable fo r ease of docking, removal of main rotor blades and bolted in place for additional safety. Main maintenance platform certified uniformed load rating of 4500 lbs. Would assure sufficient safe load-strength construction to allow for tools and replacement pa rts and for personnel to stand and view the operation. Stair sections must support a three(3) person load rating. Platform walking and working surfaces will be sufficient in structure to prevent aircraft hardware, tools and miscellaneous items from passin g through the surface and possibly injuring personnel below. Platforms will have a flush mounted GFI electrical plug in connection with 3 plug-in receptacles centrally located on both front and rear platforms to allow the safe use of power hand tools and/ or lighting. Front and rear platforms will each have an emergency shut-off switch installed. Maintenance platforms will have pre-installed capability of pressurized air lines, two airline hook-ups will be centrally located on the front platform and one a irline hook-up will be centrally located on the rear platform. The manufacturer will provide a three-year warranty and full technical support and training upon delivery. The manufacturer will provide a parts breakdown manual to facilitate identification/o rdering of replacement parts from the manufacturer or other authorized source. Each individual section will be delivered fully assembled. Descriptive literature and technical specifications are required with submitted quote. Offerors are required to submit a technical description of the items being offered in sufficient detail to evaluate compliance with this solicitation. This may include, but is not limited to, product literature, pictures and schematics of the enclosures, and terms of expressed warrantie s. Each proposal shall include a complete description of the aircraft maintenance platform assemblies and equipment configuration, and enclosures. The acquisition will be FOB Destination with Delivery and Acceptance points at the following four locations: CT AVCRAD, 139 Tower Ave, Groton-New London Airport, Groton, Connecticut, 06340-5300; Army Aviation Support Facility - Connecticut, Bldg 152, Route 75, Bradley International Airport, Windsor Locks, CT 06096; Army Aviation Support Facility ? Delaware, 33 Corporate, New Castle, DE 19720-2493; Army Aviation Support Facility ? Rhode Island, Quonset Point, Davisville Industrial Park, North Kingstown, RI, 02852. Delivery date shall be within 60 days of receipt of order. Award will be based on the evaluation o f quotes for conformity to the synopsis/solicitation, technical capability of equipment, price, and past performance; technical and past performance are approximately equal to cost or price. Vendors are requested to submit past performance information to i nclude persons of contact on the last three contracts for similar equipment. The provision of FAR 52.212-3, Offeror Representations, applies to this RFP. A completed and signed copy of this provision shall be submitted with all offers. The following Feder al Acquisition Regulations (FAR) and its supplements DFAR and AFAR provisions and clauses apply to this acquisition; 52.212-1, Instructions to Offerors -- Commercial Items; 52.212-4, Contract Terms and Conditions -- Commercial Items; 52.212-5, Contract Ter ms and Conditions Required to Implement Statutes or Executive Orders; Commercial Items; 52.203-6, Restrictions on Subcontractor Sales to the Government, with Al ternate I; 52.222-21, Prohibition of Segregated Facilities; 52.222-22 Previous Contracts and compliance Reports; 52.222-25, Affirmative Action Compliance; 52.222-26, Equal Opportunity; 52.232-33 Payment by Electronic Funds Transfer -- Central Contractor Re gistration; 252.246-7000 -- Material Inspection and Receiving Report; 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items; 252.225-7001, Buy American Act and Balance of Payments Program; 252.204-7004, Required Central Contractor Registration. You can visit the website at www.arnet.gov/far for the provisions and clauses needed for this synopsis/solicitation. Offers must be submitted to the USPFO for Connecticut , Purchasing and Contracting, ATTN: Diana Marini, 360 Broad Street Hartford, Connecticut 06105-3779. Not Later Than 2:00 PM, July 1, 2002. You may register for this solicitation at the following website: http://www.ct.ngb.army.mil/ebs/AdvertisedSolicitatio ns.asp
 
Place of Performance
Address: USPFO for Connecticut 360 Broad Street, Hartford CT
Zip Code: 06105-3795
Country: US
 
Record
SN00087040-W 20020605/020603213157 (fbodaily.com)
 
Source
FedBizOpps.gov 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.