SOURCES SOUGHT
39 -- Transportable Tracked Crane
- Notice Date
- 3/18/2016
- Notice Type
- Sources Sought
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Army, National Guard Bureau, USPFO for Arizona, 5645 East McDowell Road, Phoenix, Arizona, 85008-3442
- ZIP Code
- 85008-3442
- Solicitation Number
- RFI-AATC-ERIC
- Point of Contact
- Kathleen H. Durco, Phone: 5202956938
- E-Mail Address
-
kathleen.h.durco.civ@mail.mil
(kathleen.h.durco.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a Request for Information (RFI) For Operational Test Purposes Only and is Not a Notice of Solicitation Issuance. Response to this RFI is strictly voluntary and will not affect any corporation's ability to submit an offer if and when a solicitation is released. There is NO bid package or solicitation document associated with this announcement. The requested information is for planning purposes and does not constitute a commitment, implied or otherwise, that a procurement action will be issued. No entitlement to payment by the Government of direct or indirect costs or charges will arise as a result of the submission of contractors' information. The Government shall not be liable for or suffer any consequential damages for any improperly identified proprietary information. Proprietary information will be safeguarded in accordance with the applicable Government regulations. The National Guard Bureau (NGB) on behalf of the Air National Guard Air Force Reserve Test Center is seeking information about potential sources interested and capable of providing equipment under North American Industry Classification System (NAICS) code 33392 Material Handling Equipment Manufacturing. This RFI constitutes a market research tool for the collection and analyses of information to determine the capabilities and capacity of contractors for a C-130 transportable tracked crane for C-130 engine installation and removal. The NAICS 33392 Material Handling Equipment Manufacturing industry comprises establishments primarily engaged in manufacturing material handling equipment, such as elevators and moving stairs; conveyors and conveying equipment; overhead traveling cranes, hoists, and monorail systems; and industrial trucks, tractors, trailers, and stacker machinery. •· Interested firms having the capabilities necessary to meet or exceed all aspects of NAICS code 33392 Material Handling Equipment Manufacturing at CONUS locations as well as, other surrounding territories, may submit answers to questions below and/or capabilities statement packages. •· A transmittal letter shall include: •o Name and address of the company • Cage Code • List all NAICS codes your firm is registered under: 1. Company's business size status 2. In accordance with the terms and conditions of the Small Business Administration Our firm is a certified: _____ 8(a) certified small disadvantaged business _____ certified Service-disabled Veteran-owned small business _____ Veteran-owned small business _____ certified HUB-Zone small business _____ Small Disadvantaged Business _____ Woman Owned small business _____ Economically-disadvantaged Woman-owned small business _____ Minority _____ Native American tribal firm _____ Alaskan Native Corporate _____ Native Hawaiian owned small business _____ Small Business •· A point-of-contact to include phone number, fax number, and email address Based on the attached performance work statement Our firm would be interested in proposing on this project as a: ______ Sole Contractor ______ Prime Contractor (if small business) performing at least 50% of the work with subcontractor( s), ______ Prime contractor (if small business) performing at least 50% of the work with the following team member subcontractor(s) (Insert business name, business size, cage code, and work which will be subcontracted), or _______ Joint venture with (Insert business name, business size, and cage code). (See FAR subpart 9.6 for Government policy on teaming arrangements, as well as 8(a)Program regulations described in 13 CFR 124.513, HUB-Zone Program regulations described in 13 CFR 126.616, and Service-Disabled Veteran-Owned Program regulations described in FAR 19. 1403 (c) and 13 CFR 125.15(b).) _______ Other Teaming Agreement (please explain) This RFI is for planning purposes and is not to be construed as a commitment by the NGB to pay for information submitted in response to this request. Respondents will not be notified of the results of the market analysis and debriefings will not be available. It is the reader responsibility to monitor the FEDBIZOPPS.GOV for any resultant or future solicitation package (s). The Government requests comments from interested parties to the following questions: •1. Would you be interested in submitting a proposal considering the anticipated scope of work items? If not, why? •2. Do you have sufficient experience in the anticipated scope items that would allow the evaluator to assess your capability? If not, please explain. •3. What maximum annual capacity of work can your firm reasonably manage while assuring effective program/project implementation and maintaining quality products? Provide any relevant information that demonstrates the ability to manage, execute and administer a project with several task orders located in multiple regions of the CONUS? •4. Would limits on subcontracting IAW FAR 52.219-14 (small businesses) affect the ability to perform? Please explain. •5. Have commercial procedures been used to complete any or all of the scope of services described above? •6. Do you have a current DCAA audit? •7. Provide your experience in performing work similar in scope and magnitude to the work described in the attached performance work statement. scope of work. Please provide examples and provide the contract number; type of service; dollar amount; complexity; type of contract; period of performance; and a brief description of the scope of services. Please explain how your firm participated (as the Prime or subcontractor or teaming partner or joint venture). •8. Do you have a project management and cost tracking system in place that can accommodate both routine task order work as well as undefined response actions that may be added any time during the field effort? •9. Do you have a master subcontracting plan? •10. If you are a small business, would you consider submitting a proposal as a prime contractor? •11. What is the normal length of a contract for the product or service previously/currently worked? •12. If applicable, have performance based services been used for those services previously/currently worked? If so, how did regulatory standards affect metrics? Where incentives used? What kinds of performance assessment methods are commonly used? •13. Do you have any other comments or suggestions that you would like to share with us? Please e-mail responses to kathleen.h.durco.civ@mail.mil no later than 01 April 2016. Responses must include in subject line Request for Information: C-130 transportable tracked crane for C-130 engine installation and removal: This is an RFI to be used in planning a future acquisition, please do not send in any proposals. Request for proposals, if and when issued, will be available via the Internet at www.fedbizopps.gov. As such, it is the potential offerors responsibility to monitor these sites for the release of any additional information. At this time, the NGB does not guarantee any future contracts; and, responses to this Sources Sought notice do not bind NGB to any agreement with the responder, be it explicit or implied. Proprietary information and trade secrets, if any, must be clearly marked on all materials. All responses should be submitted electronically using PDF, HTML, MS Word or PowerPoint formats. Responses shall not exceed 15 pages excluding cover page, 8 1/2" X 11", font size not smaller than 10 * ONLY written responses will be accepted. Telephone inquiries will not be accepted or acknowledged, and no feedback or evaluations will be provided to companies regarding their submissions. THIS ANNOUNCEMENT IS NOT A NOTICE OF SOLICITATION ISSUANCE.THIS IS A REQUEST FOR INFORMATION (RFI) FOR PLANNING PURPOSES ONLY. Statement of Work For Tracked Engine Installation and Removal Crane (EIRC) ANG REQUIREMENTS Background: The Government requires a tracked crane, materiel handling equipment (MHE), necessary to safely remove and install C-130 engines without the use of hanger cranes and can be operated in extreme polar conditions in remote regions. I. Scope: The Contractor shall provide a telescopic tracked crane vehicle to support aircraft maintenance for the installation and removal of aircraft engines. This crane must be LC-130 transportable (less than 108" wide and 90" high) less than 12,500 pounds to allow transport to remote field camps. It will have a rugged structuring for a versatile response, a 29ft horizontal extension, 41ft vertical extension and a 5000-lbs operating load capacity. The crane will feature topside lifting rings for optimal C-130 aircraft transportability. It must meet The Air Transportation Test Loading Activity (ATTLA) certification for air transportation via MILAIR. In addition it will have the following features or attributes at a minimum. 1. Able to support polar operations in a wartime tasking environment 2. LC-130 transportable (less than 108" wide and 90" high) less than 12,500 pounds to allow transport to remote field camps 3. Capable of use in extreme conditions (high altitude: up to 13,000 ft and extreme temps: -48C to +48C) Auto fork leveling 4. Minimum 4,500 lift pound capacity (TO Requirement) 5. Lift angle of 55 degrees at a boom length of 21 feet to clear NP2000 propeller blades 6. Self-contained; able to be set up in minimum time at deployed location. Extreme temperatures that can cause further cold soak damage to the aircraft over time. 7. Able to be set up on unstable, unprepared packed snow and icy surfaces in remote polar locations 8. Crane operator remote control necessary to reduce personnel required at deployed location and to increase MRT safety and efficiency. 9. Able to move under its own power on unprepared snow covered surface (tracks). 10. 360-degree swing to work around aircraft skis (inboard engines) 11. Boom and cable operation at speeds that allow delicate maneuvering of removed engines and propellers. 12. EPA compliant diesel engine 13. Have capacity to replace flight controls and ability to add man-basket for rudder maintenance and window changes II. Objectives: The equipment will enable the ANG to perform LC-130 engine installation and removal procedures in remote polar conditions. The crane must be transportable in the cargo hull of a LC-130 and ruggedized to operate in extreme polar-conditions. The EIRC must have maneuverability that allows for precise placement of the engine, which enhances safety of the engine install/removal procedures.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USA/NGB/DAHA02/RFI-AATC-ERIC/listing.html)
- Record
- SN04054920-W 20160320/160318234606-d8a0c061718244b35c3eade0adaa9f4b (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 |