SOURCES SOUGHT
62 -- Sources Sought/RFI for Light Tower System (LTS)
- Notice Date
- 7/12/2002
- Notice Type
- Sources Sought
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
- ZIP Code
- 32542-6864
- Solicitation Number
- Reference-Number-WMOK-02-RFI-LTS
- Response Due
- 7/26/2002
- Description
- Sources Sought/Request for Information. The Air Armament Center, Combat Support Systems, System Program Office at Eglin AFB, FL seeks sources and information for a Light Tower System (LTS). The LTS shall meet mission needs of deployed Base Civil Engineering personnel with respect to large area floodlighting for nighttime construction and similar activities. The LTS shall have variable height up to a minimum mast height of 80 feet with each height interval a maximum of 20 feet. The tower shall mount a minimum of 25,000 Watts of lighting while keeping the number of light bulbs to an economical minimum. The tower?s operational rate of height increase shall be 25 feet per minute or faster. The LTS shall withstand 40 mph wind loads when fully erected without the use of guy wires and shall be capable of withstanding wind loads of 90 mph with the use of guy wires. The system shall be waterproof with a compartment to house all the operating components of the light tower. All components must be resistant to corrosion. The system must be housed in its own transportability trailer. The transport subsystem shall be certified for cross-country travel at a minimum of 10 mph and highway travel of 55 mph and have a wheel brake/lock system. The LTS system shall be capable of transportation in C-130 aircraft with provisions for roll on, roll off capability and must be compatible with the 463L Transportation System. The LTS shall fit onto no more than two 463L Pallet positions on a C-130. Maximum single axle weight is 13,000 pounds and maximum total weight is 25,000 pounds. Forklift pockets shall be provided for subsystems that must be loaded on the main trailer for operation and/or transportation. The LTS shall have independent banks of rotating floodlights that can be turned on and off independently or in groups. The angles of the banks of floodlights should be able to be adjusted without first lowering the tower. The LTS shall come with an initial set of spare parts as determined by the manufacturer. The electrical system must be compatible with current DOD Family of portable generators (see http://users.erols.com/pmmep for description of generators). In order to promote an environment of teaming/partnering for a possible new acquisition, AAC/WMO wants to involve industry in the very early development of this acquisition. In order to initiate an exchange of information, AAC/WMO requests that interested parties submit any or both of the following: (1) an up to 10 page concept paper, with conceptual sketches if applicable, that identifies potential existing solutions or (2) Product brochures or marketing materials outlining specifications/capabilities. As part of your response, please include information on delivery/lead time, warranty terms and conditions, and whether your product is commercially available, or on the General Services Administration Federal Supply System (GSA). Responses will be evaluated and a sources list established of those firms determined to be potentially capable of fulfilling the Government?s requirements. At a later date, the Government may acquire one or more units for initial testing and a subsequent purchase of an unspecified number from one or more of these vendors or other sources deemed appropriate. This sources sought/request for information (RFI) is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government to acquire any follow-on acquisition. The Government does not intend to award a contract on the basis of this RFI or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and Government use of such information. The Government reserves the right to reject in whole or in part any industry input as a result of this RFI. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. If the Government decides to award a contract for follow on procurements, a combined synopsis/solicitation will be published and posted on the Federal Business Opportunities website. For further information concerning technical aspects, contact Lt. Jennifer Gould, LTS Program Manager or Mr. Jon Simone, LTS Government Engineer, AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717, or by telephone at (850) 882-4684, extensions 321, and 317 respectively. For contracting information, contact Mr. Kevin Miller, Contract Specialist, or MSgt Tony Roy. Contracting Officer, AAC/WMOK, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717, or by telephone at (850) 882-4686, extensions 339 and 207, respectively. E-mail address is kevin.miller@eglin.af.mil or tony.roy@eglin.af.mil. Firms responding to this synopsis should state whether they are or are not a small business concern or small disadvantaged business concern as defined by FAR 52.219-1. The Government reserves the right to consider a small business set-aside based on responses to this sources sought/RFI. Responses to this sources sought/RFI should be mailed to AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Attn: Kevin Miller, Contract Specialist, Eglin AFB FL 32542-5717 within 14 calendar days after this notice is posted on the Federal Business Opportunities website. Responses may also be faxed or emailed to Mr. Kevin Miller, 850-882-9381 or Kevin.miller@eglin.af.mil.
- Place of Performance
- Address: TBD
- Record
- SN00115316-W 20020714/020712213333 (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 |