Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 28, 2012 FBO #3899
SOURCES SOUGHT

59 -- Moduling system for complete or major components of aerospace vehicles.

Notice Date
7/26/2012
 
Notice Type
Sources Sought
 
NAICS
334511 — Search, Detection, Navigation, Guidance, Aeronautical, and Nautical System and Instrument Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA4877-13-M-V002
 
Archive Date
8/31/2012
 
Point of Contact
Chad R Walton, Phone: 5202285484
 
E-Mail Address
chad.walton@dm.af.mil
(chad.walton@dm.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS A MARKET RESEARCH/SOURCES SOUGHT NOTICE SEEKING INFORMATION ONLY. THE GOVERNMENT IS LOOKING FOR BUSINESS SOURCES THAT CAN OR COULD PROVIDE THE FOLLOWING: Information from companies, suppliers and/or manufacturers about commercially available moduling system for complete or major components of aerospace vehicles. This Request for Information (RFI) is part of an overall strategy to extend the life of our major components of aerospace vehicles. The information obtained by sources sought will be used to develop a feasibility study that will be coupled with a hands-on evaluation to identify which system or systems should be considered for implementation. 309th Aerospace Maintenance and Regeneration Group (AMARG) is in the process of developing an acquisition strategy for procuring an aircraft moduling system that will be cost effective and provide an extended service life for supporting either complete or major components of aerospace vehicles. ii. GENERAL INFORMATION • To aid in the development of the acquisition strategy, the 309th AMARG is investigating the availability of the systems manufacturers, technologies and life cycle cost savings opportunities. • To target industry feedback on a draft set of requirements. The draft performance requirements are found in section iii of this RFI. iii. REQUIREMENTS OF MODULING SYSTEM AMARG is requesting detailed product literature, specifications and procedures, to assist in determining the capability of the system against specific AMARG requirements and future needs. Moduling system vendors are invited to participate initially by providing information about their products. PURPOSE: The purpose is to provide the performance specifications of a system that shall support either complete or major components of aerospace vehicles above ground in long term storage while subjected to climatic environmental conditions. This specification is divided into subsections describing the required performance parameters. The device, or system of devices, will be referred to hereafter in this document as the "module(s)". LOAD CAPACITY The module(s) shall have a minimum load bearing capacity of 48000 lb at any given module location. INTERFACE: The module(s) interface shall provide rigid support of the customer provided contour board throughout the module height and loading ranges and under all environmental conditions. The contour board shall be fabricated by the customer using lumber 6 inches thick x 96 inches long. The height of the contour board shall be a minimum of 6 in at the lowest point of the contour. The contour board shall not be considered load bearing. LOAD DISTRIBUTION: At any given module location, the minimum load shall be applied in either of two distributions. 1. Minimum load applied at a single point located at the center of the contour board, as in the case of small diameter fuselages. 2. Minimum load applied across the contour board such that the maximum occurs at the center and tapers symmetrically to zero at each end of the contour board as in the case of large diameter fuselages. PORTABILITY: The assembled module(s) shall be portable by the customer and shall include provisions for lifting and positioning of the module using industrial fork-lifts with unprotected tines and to be temporarily secured to commercial, flat-bed transportation vehicles. The module(s) shall include a hoisting provision for overhead lifting. The hoisting provision may be either temporarily installed or permanently fixed. If a temporary provision is provided, installation and removal shall be of quick disconnect design and accomplished by hand without tools. SERVICE LIFE: The module(s) shall have a service life of 25 years. REUSABILITY: The module(s) shall be capable of sustaining a minimum of 25 load cycles, each comprised of application, dwell and removal of maximum load, 4800 lb in either load distribution, while subjected to the environmental conditions. The minimum dwell time shall be 1 year. RECONFIGURABLE: Height adjustments of the module(s) for reuse shall be accomplished using common hand (power) tools. PROTECTIVE COATINGS: Protective coating, if applied, shall be durable enough to withstand machine and manual manipulations associated with all aspects of module handling and employment. The coating, if employed, shall be locally repairable by the customer in the event of damage caused during employment. The coating shall be environmentally inert. The coating shall be resistant to degradation resulting from exposure all potential combinations of the local climatic environmental conditions including ultraviolet radiation and erosion due to blowing dust and/or sand. The coating shall be resistant to plant, animal and insect incursions. The coating shall be resistant to aerospace fluids and lubricants, including cleaning solutions. The coating shall remain effective throughout the 25 year service life. ENVIRONMENT: Temperature: 10° F - 120° F Relative Humidity: 5% - 100% Wind: 55 mph sustained, 120 mph gust (microburst). Precipitation: 2.0 in/hr maximum,.85 in/mo. avg., Mean annual 10-14 in. UV radiation: 6.6 UV index (Average exposure) Soil composition: 80% Tubac gravelly loam, 20% Mohave Soil reactivity: 7.2 pH - 7.7 pH Soil load bearing capacity: 1500 lb/ft2 Ground slope: 0% - 5% HEIGHT: The modules shall provide the minimum load bearing capacity over the entire range of required height. The height shall range between a minimum of 24 inches to a maximum of 190 inches. The height shall be infinitely adjustable over the entire range. Height adjustments may be accomplished by means of a combination of incremental and infinite adjustments. Height adjustments shall be capable of being performed locally using only common hand (power) tools. The module shall include a calibrated display that indicates the actual module height in inches. The display shall be placed no less than 3 feet and no greater than 5 feet above the base of the module. The module height shall not auto adjust while under load. LUBRICANTS: Any lubricants required shall be environmentally benign and shall require minimum personal protective equipment (PPE) for application and removal. The lubricants shall be common and commercially available materials. The goal of the assessment is to identify new capabilities and evaluate existing commercial products against specific functional requirements and future needs. iv. Please note that this is a REQUEST FOR INFORMATION ONLY. This is NOT a request for proposal and there is no solicitation package available at this time. Participation does not imply any obligation by AMARG or the United States Government or any agency thereof. Proprietary information will be protected to the greatest extent provided by law. THE GOVBERNMENT WILL NOT PAY FOR ANY INFORMATION RECEIVED IN RESPONSE TO THIS REQUEST, NOR WILL WE COMPENSATE ANY RESPONDENT FOR ANY COSTS INCURRED IN DEVELOPING THE INFORMATION PROVIDIED. WE WILL ALSO NOT PAY FOR ANY DEOMONSTARTION NOR COMPENSATE ANY RESPONDENT FOR ANY COSTS INCURRED WITH DEVELOPMENT OR PERFORMACE OF A DEMONSTARTION THAT MAY BE REQUESTED. v. This RFI allows submitters the opportunity to provide input and recommendations consistent with their product line offering, technology advances and cost saving suggestions. All companies with an appropriate product relating to the performance requirement statement are invited to provide data on the capabilities of your company. Interested organizations/companies/institutions are encouraged to respond to this notice by providing product literature and /or other information, no longer than twenty pages, by 12 PM (Noon) Pacific Standard Time, Thursday, August 16, 2012. Submissions will be accepted via fax or email (preferred) to the following: TSgt Chad Walton Contract Administrator Questions and/or comments will be accepted through 12 PM (Noon) Pacific Standard Time, Thursday, August 9, 2012; however, they must be in writing. They will be accepted via fax or email (preferred) to the point of contact listed above. Questions and comments will not be accepted over the phone.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA4877-13-M-V002/listing.html)
 
Place of Performance
Address: DMAFB, Tucson, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN02816380-W 20120728/120726235907-200a7f4027897e518840b05de0c9200c (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.