SOURCES SOUGHT
17 -- Standard Aircraft Towing and Lifting System
- Notice Date
- 5/31/2006
- Notice Type
- Sources Sought
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-06-R-0008
- Response Due
- 6/30/2006
- Archive Date
- 8/29/2006
- Small Business Set-Aside
- N/A
- Description
- The U.S.Army Aviation Applied Technology Directorate Ft.Eustis Virginia is conducting a Sources Sought Market Survey in accordance with FAR Part 10. This notice neither constitutes an Invitation for Bids (IFB) or a Request for Proposal (RFP), nor doe s it restrict the Government to an ultimate acquisition approach. The current aging fleet of the U.S.Armys aircraft towing and lifting vehicles contains many vehicles that do not have logistical support. In addition newer vehicles locally procured to meet immediate needs, also do not have logistical support. As a result this survey is being conducted to gain knowledge of sources possessing the capabilities to satisfy the U.S Armys requirements through the use of commercial or Non-Developmental Items (NDI) systems, for a Standard Aircraft Towing System (SATS). The SATS must be able to remove/replace aircraft components, and move all aircraft and Aviation Ground Support Equipment (AGSE) in/around aircraft hangars, maintenance areas, in addition to loading ai rcraft and equipment aboard ships, and in strategic air lift platforms. Towing will occur on level and inclined surfaces up to 15 degrees, utilizing diesel fuel or JP-8 without degradation in performance. Weights of aircraft run from about 1229 pounds for an A/MH-6 to about 55,000 pounds for the maximum gross weight of an MH-47. The system in addition to maintaining all the requirements of an aircraft tow vehicle stated above, it must have an added capability to be used as a crane type vehicle. The crane mu st have the capability to be stowed to provide the operator full field of vision in the entire range of towing operations, or be self removable. The vehicle when outfitted with the lifting module must be able to lift an aircraft component weighing at least 5000 lbs. The centerline distance between the component and the crane will be a maximum of 14 ft, at a vertical distance of a minimum of 26 ft above ground level. Once the component is lifted from that distance; the crane must have the ability to rotate i n a 180 deg arc (minimum), off the crane centerline, to off load the component. Due to a requirement to be able to be air lifted externally by a CH-47 helicopter, the combined weight of the tow vehicle and the crane should not exceed 14,500 lbs The SATS sh ould improve unit readiness by providing aviation units with a standardized, logistically supported towing system, capable of towing or relocating aircraft and AGSE on improved/unimproved surfaces, (unimproved surfaces are those which are not concrete or a sphalt and may or may not be smooth or packed dirt) and in and around aircraft hangers. The SATS will be employed in aviation maintenance units worldwide and is expected to operate under the same climatic conditions as the aircraft it supports, during dayt ime or nighttime in adverse weather conditions in a temperature range from -25 degrees F to +140 degrees F. The SATS must be capable of safely seating and carrying a minimum of one, and a maximum of four personnel, with toolboxes, and securely carrying a s tandard aircraft tow bar. The rear service deck for carrying tools and parts should be no higher than (48) inches. The SATS must possess a low profile to enable clearance for deployment by internal transport by C-130 or larger aircraft. The tow vehicles wi th the lifting device in the stowed position or removed must be capable of being transported by ground units as cargo on or behind organic vehicles. In order to maintain cost effectiveness the mean time between essential mission failures (MTBEF) should be no less than 222 hours. Interested vendors are invited to submit a three (3) page White Paper providing a description of their system. The White Paper shall include, as a minimum: 1) A description of the system and the validating information supporting cla ims that the proposed system meets the above performance capabilities; 2) Product literature; 3) Past performance information; and 4) Price schedules/catalogues (not included in the page count). Respondents must also include information regarding 1) customary practices (include warranties, discounts, etc.), and under which commercial sales of the product are made, and 2) requirements of any laws and regulations u nique to the items discussed. Additionally, respondents should express their interest in performing a collaborative effort, e.g., a cooperative research and development agreement or vendor demonstration (without Government funding). Proprietary information submitted in response to this Sources Sough t shall be marked accordingly and will be protected when clearly identified as such. Responses to this Sources Sought should be received no later than 5 July 2006. This announcement is for purposes of exchanging information to improve understanding of the Government requirement and industry capability and is for information and planning. This announcement must not be construed as a commitment by the Government and any information submitted by industry will not co nstitute an offer which could be accepted by the Government to create a binding contract. Vendors with systems that can meet the requirements will be asked approximately mid-August, about arrangements for their system to be demonstrated at a Government fac ility. Address responses to Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-P (Dominick Lubrano), Bldg 401, Lee Blvd, Ft Eustis, VA 23604-5577. Mr. Lubrano may be reached by telephone at (757) 878-5518 or by e-mail at dlubrano@aatd.eustis.army. mil.
- Place of Performance
- Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN01059821-W 20060602/060531220932 (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 |