Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 09, 2017 FBO #5585
MODIFICATION

81 -- C-5 Cargo Bay Stands - Appendix A - Example Images

Notice Date
3/7/2017
 
Notice Type
Modification/Amendment
 
NAICS
811219 — Other Electronic and Precision Equipment Repair and Maintenance
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8571-17-C5_C_Bay_Stands
 
Archive Date
4/20/2017
 
Point of Contact
Jeffery Pruitt, Phone: 4782220964
 
E-Mail Address
jeffery.pruitt.1@us.af.mil
(jeffery.pruitt.1@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
PDF Version: Same info as above Word version. Upper and Lower Images upload in both Word and PDF format to hopefully allow contractors to view in one format or the other. Word Version: Same info as blow PDF version. Upper and Lower Images upload in both Word and PDF format to hopefully allow contractors to view in one format or the other. Appears the system is having an issue with my customers attachments or stating "not authorized" when companies are attempting to down load. Below is all the information except two pics that I will attempt to upload separately that was embedded in the information below titled " Appendix A - Example Images, View from Lower level; and View from Upper Level". Request for Information THIS REQUEST FOR INFORMATION (RFI) IS NOT A REQUEST FOR PROPOSAL, REQUEST FOR QUOTE (RFQ) NOR PRESOLICITATION SYNOPSIS BUT RATHER IS A RFI PERTAINING TO C-5 Cargo Bay Interior Stands (L6WA03) 17 August 2016 NO AWARD WILL BE MADE FROM THIS NOTICE. Purpose/Description The Government is conducting market research to identify potential sources that possess the data, expertise, capabilities, and experience to meet qualification requirements to provide cargo bay interior stands for C-5 aircraft. The contractor shall provide two sets of C-5 cargo bay interior stands, load them for delivery, and provide manufacturing engineer(s) to assist with first time load of the stands at Robins AFB for one nine hour day. The work will be performed in Bldg. 125 at Robins AFB, Georgia 31098. Contractors/Institutions responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government will not reimburse participants for any expenses associated with their participation in this survey. Instructions The document(s) below contain a description of the C-5 cargo bay interior stands and a Contractor Capability Survey. The Survey allows Contractors to provide their company's capability. If, after reviewing these documents, you desire to participate in the market research, you should provide documentation that supports your company's capability in meeting these requirements. Failure to provide documentation may result in the government being unable to adequately assess your capabilities. Identify any areas of work that your organization believes should be broken out exclusively for Small Business. Both large and small businesses are encouraged to participate in this Market Research. Joint ventures or teaming arrangements are encouraged. Questions relative to this market survey should be addressed to Larisa Frenkel, larisa.frenkel@us.af.mil. Description of the Stand Part I. Intension of the stand Maintenance of the C-5 aircraft requires to have continuous stand, which covers all Cargo compartment from Front Ramp to Rear Ramp and from right side of fuselage to left side of fuselage. This kind of stand will split all area of Cargo compartment on two and will allowed personnel to work simultaneously multiple disciplines (repair and build up the underfloor of the C5 troop deck and upper lobe of the cargo area concurrently, inspection and repair all electrical system, floorboards, logistic rails etc.) on two levels. Part II. Description of functionality •· Stand consist from multiple units connected to each other inside the Cargo Compartment and create one continuous surface. •· Stand covers all area from Front Ramp to Rear Ramp and from right to left walls of fuselage. •· Every unit of the stand must have reliable casters. All units shall be delivered inside the Cargo Compartment thru Rear Ramp, when Torque Deck is open. •· Stand shall be about 85-90" tall and have fall protection rails everywhere where nessasery •· Stand shall have two stairways/ladders minimum to access working surface from the floor level •· Stands have to have lights to provide good working condition on the first and second level of the structure •· Stand have to be equipped with air for tool and personnel comfort as well CONTRACTOR CAPABILITY SURVEY Part I. Business Information Please provide the following business information for your company/institution and for any teaming or joint venture partners: •· Company/Institute Name: •· Address: •· Point of Contact: •· CAGE Code: •· Phone Number: •· E-mail Address: •· Web Page URL: •· Size of business pursuant to North American Industry Classification System (NAICS) Code: 811219 Based on the above NAICS Code, state whether your company is: •· Small Business (Yes / No) •· Woman Owned Small Business (Yes / No) •· Small Disadvantaged Business (Yes / No) •· 8(a) Certified (Yes / No) •· HUBZone Certified (Yes / No) •· Veteran Owned Small Business (Yes / No) •· Service Disabled Veteran Small Business (Yes / No) •· Central Contractor Registration (CCR). (Yes / No) A statement as to whether your company is domestically or foreign owned (if foreign, please indicate the country of ownership). E-Mail responses shall be received no later than 4:00 PM on 5 April 2017 to the Contracting Officer: JEFFERY.PRUITT.1@us.af.mil Questions or concerns can be addressed to: POC: Larisa Frenkel, larisa.frenkel@us.af.mil Equipment Engineer Questions relative to this market research should be addressed to the POC. Part II. Capability Survey Questions •A. General Capability Questions: •1. Describe briefly the capabilities of your facility and nature of the goods and/or services you provide. Include a description of your staff composition and management structure. •2. Describe your company's past experience on previous projects similar in complexity to this requirement. Include contract numbers, a brief description of the work performed, period of performance, agency/organization supported, and individual point of contact (Contracting Officer or Program Manager). •3. Describe your company's capabilities and experience in generating schematics (electrical and mechanical) and manuals (operator, maintenance, and training). Identify what software programs are utilized to generate this data and what formats are available for delivered items. •4. What quality assurance processes and test qualification practices does your company employ? Provide a description of your quality program (ISO 9001, AS9100, etc.). •a. Provide a detailed quality plan implementing AS9100 (or equivalent). •B. Specific Capability Questions: None. •C. Commerciality Questions: None. •D. Engineering Services Questions: None. •E. Feasibility Questions: None. C-5 INTERIOR CARGO BAY STANDS PURCHASE DESCRIPTION •1. Scope: This document provides the description that shall be used to acquire two (2) C-5 Interior Cargo Bay stands. The stands are to be used to perform Programmed Depot Maintenance (PDM) inside the cargo bay of C-5 aircraft in a more efficient and economical manner. The stands will connect and run the full length of the interior cargo bay. The stands run down both sides and allow access to all areas simultaneously. Once the stand is assembled in the aircraft, it remains in the aircraft until work is completed; then it is disassembled and moved to the next one. •2. Equipment Description: The stands shall consist of the following: •2.1. Full-length Stand for C-5 Cargo Bay •A. Stand: <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (i). The entire stand will be divided up into separate sections that can be assembled and disassembled for installation inside the cargo bay. <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (ii). The stands shall fit inside the cargo bay and provide access to all areas inside the aircraft where work is needed. Appendix A provides an example of similar stands after installation inside of the cargo bay. <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (iii). The stand will be loaded into the cargo area one section at a time from the rear ramp of the aircraft. <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (iv). The stand will include minimum two (2) sets of stairs to allow access to the upper portion of the assembly towards the front and rear sections. The floor for the second deck of the stand will be approximately 90" off of the floor of the cargo bay. <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (v). The section of the stand that is located towards the nose ramp of the aircraft will include a personnel access gate for the floor level of the cargo bay. <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (vi). The stand will provide lighting to both the upper and lower levels of the C-5 interior cargo bay. Each Section will include light fixtures on the upper level and additional lighting placed on the support legs for lower level illumination. <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (vii). The upper deck of the stand will include sliding members that will extend outwards towards the cargo bay walls after the sections are installed inside the aircraft. These members will allow for safe access to the interior walls of the cargo bay. •3. Existing or New Design: The stands may be new or used, but not more than ten (10) years old. However, stands must be available and ready for use within six (6) months of ARO. Requirements for existing and new design stands differ and are provided below: •3.1. Requirements for existing stands •A. No additional tooling or maintenance rework prior to government acceptance •B. Latest drawings •3.2. Requirements for new design •A. As built drawings •B. Acceptance Plan - The complete factory and site acceptance plan for each system shall be developed by the contractor; reviewed and modified/approved (as appropriate) by the Government contract technical representative; and mutually agreed upon prior to conducting any test. Documentation verifying the acceptance testing and verification shall be provided to the Government. •C. Acceptance Testing <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (i). The contractor shall demonstrate the ability to assemble and disassemble the stand piece by piece. <h4 style="TEXT-INDENT: -0.6in; mso-list: l0 level4 lfo1; mso-text-indent-alt: -.1in"> • (ii). The contractor shall also demonstrate the stands ability to fit inside the cargo bay of the aircraft and provide access to all areas inside of the plane. •(iii) The government representative(s) shall verify the stands hardware and ability to accomplish the desired requirements •D. Delivery/Installation - The contractor shall provide all materials, equipment, and labor necessary to deliver and install the systems. The stands shall be installed by the contractor/vendors qualified representative(s) in the government's designated facilities/locations on Robins AFB, GA. All items shall be assembled and installed utilizing best commercial practices and manufacturer's installation procedures. The government shall supply all required utilities within ten (10) feet of the installation site. The contractor shall provide a list, via email to the Government technical POC, of all required utilities three (3) months after contract award. E. Training - The contractor shall provide a manufacturing engineer to answer any questions related to the installation and removal of the work stands. The contractor shall send one manufacturing engineer to Robins AFB to assist with the first time load of the stands. The Government will be given the opportunity to observe the installation and removal of the stands on one aircraft. •F. Warranty - All standard warranty provisions shall be included with the bid package but as a minimum shall include one (1) year parts and labor from the time of acceptance for defects in material and workmanship. •4. Data Deliverables/Contract Data Requirements Lists (CDRL): CDRL # Ref. Para. Description Existing New Design Only A001 Contractors Standard Operating Procedures X A002 Mishap Report X A003 Commercial Off the Shelf Equipment Manuals and Associated Documents (Operator/Maintenance Manuals, Spare Parts List, Schematics) X X A005 Training Material X A006 Acceptance Test Plan X •5. Government Technical Representatives. The on-site Government points of contact are: Primary: Alternates: Larisa Frenkel Timothy Krickovich Bradley Young 402 AMXG/MXDQBA 402 AMXG/MXDQBA 402 AMXG/MXDQBA Robins AFB, GA Robins AFB, GA Robins AFB, GA Comm 478-222-2921 Comm 478-926-2852 Comm 478-222-2767 Appendix A - Example Images View From Lower Level Appendix A - Example Images Continued View From Upper Level
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8571-17-C5_C_Bay_Stands/listing.html)
 
Place of Performance
Address: BLDG 125, ROBINS AFB, Georgia, 31098, United States
Zip Code: 31098
 
Record
SN04426691-W 20170309/170307235541-04c5ac9b991665464e3faf03a3502c11 (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.