|
COMMERCE BUSINESS DAILY ISSUE OF MAY 25,1999 PSA#2353USAFM/MUX 1100 Spaatz St WPAFB OH, 45433-7102 99 -- MARTIN MB-2 BOMBER REPLICA SOL USAFM99-003 DUE 063099 POC
Barbara Young,(937) 255-5174, Ext 375 WEB: 99003-Martin MB-2 Bomber
Replica, http://www.pixs.wpafb.af.mil/pixslibr/99003/99003.asp. E-MAIL:
byoung@afmsmtp.wpafb.af.mil, byoung@afmsmtp.wpafb.af.mil. PLEASE GO TO
www.pixs.wpafb.af.mil TO VIEW COMPLETE SYNOPSIS. A portion of the
synopsis was not complete when first submitted. The USAF Museum is
soliciting proposals for construction of an authentic replica of a 1919
era Martin MB-2 bomber. The replica must conform to original
manufacturer?s specifications. All responsible sources may submit a
proposal to USAFM/MUX, 1100 Spaatz St, Wright-Patterson AFB OH
45433-7102.. Any interested parties should contact Barbara Young at
(937) 255-5174, Ext 375 to obtain a proposal package. Proposals must be
received in the USAFM/MUX office no later than 1600 on 30 June 1999.
The USAF Museum reserves the right to refuse any and all proposals.
Direct all requests for solicitations and routine communication
concerning this acquisition to the point of contact above. Potential
offerors with serious concerns, issues, disagreements, and/or
recommendations are invited to contact ASC?s Ombudsman, Mr. Stephen J.
Plaisted, ASC/SYI, 1790 10th Street, Room 102.01, WPAFB OH 45433,
(937) 255-9095 or 255-5535.!! MATERIAL AVAILABLE FOR REVIEW: MB-2
drawings, incomplete set on eleven rolls of microfilm. Eight (8) boxes
of drawings for the Martin MT-1, to be used as reference material on
component and equipment location etc. CONSIDERATION OF PROPOSALS: 1.
All proposals must be received by 1600 hours local time on 30 Jun 99.
Proposals must be clearly marked on envelope as follows: ?USAFM99-003,
Due: 30 Jun 99 at 1600 hours?. Offerors using commercial carrier
services shall ensure that the proposal is addressed and marked on the
outermost envelope or wrapper. 2. Proposals should be submitted on
company letterhead and signed by an authorized representative.
Proposals must be valid for a six month period commencing on 30 Jun 99.
3. Proposals should include, but not be limited to the following: a. A
breakdown of costs for materials and labor, a list of all materials to
be used and where in the construction they will be used. Three separate
proposals should be submitted, one using linen fabric, one using grade
?A? cotton fabric and one using synthetic fabric to cover the
aircraft. b. Proposed construction methods to be employed. c. Major
milestones in the construction of the replica must be given along with
an estimated completion time. d. References from professional
organizations your company has performed services for in the past.
Include mailing address, point of contact and phone numbers. e. A brief
history of your company. f. Credentials of employees. g. Submission of
a portfolio is required. Bid Evaluation: Final award will be based on
price, estimated performance period, demonstrated ability and past
performance and accomplishments in replication of vintage aircraft.
Telephonic (including fax) and telegraphic proposals are not
acceptable. Standards: Authenticity: 1. The finished product shall
present a Martin MB-2 bomber completed to original manufacturer?s
specifications for the time period of 1919. This aircraft shall be
indistinguishable from a fully authentic, operational airworthy
aircraft. The completed artifact shall represent the article exactly as
it was originally manufactured and employed operationally. 2. All
pieces, parts, and components shall be acquired or manufactured and
shall conform to original manufacturer?s specifications. Original
manufacturer?s blue prints, drawings and technical data will be
required and used. All work accomplished in the reproduction process
shall be in accordance with and conform to original manufacturer?s
specifications, styles, and techniques cannot be determined, use
standards in Federal Aviation Administration Manual EA-AC-43-13-1A and
2A. Restoration of various systems to an operational condition is not
required, however all components, parts, plumbing, wiring, and
equipment shall be present and give the impression of being fully
operational. 3. All materials used shall be of similar composition,
type and dimension as original, using original specifications.
Deviation in some techniques, paints, and materials may be advisable
for longevity in themuseum environment, however significant deviation
(such as but not limited to changes in materials, shape, form or
technique) must be documented and approved by the Museum Restoration
Division. Specific Instructions: Airframe: 5. The re-manufacture of
this structure shall be accomplished following original manufacturer?s
drawings and specifications, using materials as used in original
construction. All brackets, cables, boxes, fittings and fasteners shall
be constructed to manufacturer?s specifications and installed in proper
locations on the airframe. Five (5) machine gun positions for Lewis .30
caliber machine guns shall be fabricated and operational. This will
include a scarf ring for two (2) guns in aircraft front cockpit and one
(1) firing downward from the bottom of the fuselage, and scarf ring for
two (2) guns in rear cockpit. All brackets and fixtures for gun mounts
shall be fabricated and installed. 6. Jig fixtures shall be
manufactured and used to maintain alignment, proper forming, and
construction. All jig fixtures will become the property of the USAF
Museum. Engines: 7. Two (2) 420 horsepower Liberty 12 engines shall be
supplied by the Museum and installed by the Provider. Wheels and
tires: 8. These will be procured by the Provider and meet
manufacturer?s specifications for size and material. If the wheels are
to be fabricated they shall comply with manufacturer?s specifications
for size, shape and material. Wings: 9. Wing jig fixtures shall be
constructed and utilized to assure proper alignment, shipping, and
construction of the wings. All materials used in construction of the
wings shall conform as closely as possible to the original materials
utilized by the manufacturer. All fittings, fasteners and hardware
shall be installed and shall meet original manufacturer?s
specifications. All jig fixtures will become the property of the USAF
Museum. 10. The Wings shall be coated with proper materials (fabric) to
meet original manufacturer?s standards and specifications. The wings
shall also contain bomb compartments, including all racks, shackles,
brackets, fittings and hardware. These shall be one per wing (lower
wings only) and capable of carrying a total bomb load of 200 lbs.
Flight Controls: 11. All structures shall be fabricated to meet
standards of authenticity for size, shape, construction specifications,
and materials as per manufacturer?s drawings and prints. All structures
shall have proper preservative coating applied (i.e. spar varnish,
primer). These coatings shall meet original manufacturer?s
specifications. Alternative coatings may be used, but only with
approval of the Museum Restoration Division. 12. The controls shall be
complete with all brackets, pulleys, flanges and hardware. All
surfaces shall be covered with appropriate material consistent with the
1919 time frame and meeting original manufacturer?s specifications. 13.
All flight controls will be rigged and functional. Cockpit: 14. The
cockpit shall be fully re-manufactured. All cockpit controls, pulleys,
boxes, flight control levers and knobs, seats, harnesses, placards,
lighting, indicators, instruments, wires and lines shall be installed
and connected. All cabling shall be present and fully connected. All
components shall be original equipment or completely accurate
reproductions approved by the Museum Restoration Division. Systems: 15.
Electrical, hydraulic, fuel, and vacuum need not be operational, but
all system components (to include but not limited to) wiring, plumbing,
harnesses, brackets, pulleys and hardware must be installed.
Replacement of original equipment with accurate replica is acceptable.
Propeller: 16. A propeller meeting manufacturer?s specifications shall
be obtained or reproduced by the Provider. 17. Propeller must meet all
requirements of authenticity in material composi Posted 05/21/99
(D-SN334230). (0141) Loren Data Corp. http://www.ld.com (SYN# 0297 19990525\99-0002.SOL)
99 - Miscellaneous Index Page
|
|