Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 03, 2002 FBO #0152
SOURCES SOUGHT

17 -- Tow vehicle capable of towing up to 80,000 lbs.

Notice Date
5/1/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron Street, Warner Robins ALC, GA, 31098-1611
 
ZIP Code
31098-1611
 
Solicitation Number
Reference-Number-JPTTIPTRFI
 
Response Due
6/17/2002
 
Point of Contact
Suzanne Cole, Contract Negotiator, Phone (478)926-7851 x 163, Fax (478)926-7801,
 
E-Mail Address
Suzanne.Cole@robins.af.mil
 
Description
SUBJECT: Request for Information (RFI) Market Survey, Tow Vehicle for Military Aircraft and Support Equipment PURPOSE: The Joint Panel Tow Tractor Integrated Product Team (IPT consists of an Army, Air Force, Navy and Coast Guard representative) is conducting market research to identify sources that may possess the expertise, capabilities, and experience to meet the requirements for a tow vehicle capable of towing up to 80,000 lbs. The projected combined services procurement quantity range is expected to be 1150-1650 units over the total potential six-year period, plus additional equipment, documentation and possible logistics support. The level of security clearance and amount of foreign participation in this requirement has not been determined. 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. By promptly completing and returning this survey, your input can be used to help establish terms and conditions for our upcoming solicitation and subsequent contract. SCOPE: The new towing vehicle, herein after called tow tractor, shall be capable of towing support equipment and aircraft up to 80,000 pounds. The tow tractor shall be designed such that it can be provided in various towing capacities to meet the military services needs with as much commonality as possible and within the constraints as defined herein. The tow tractor shall be configurable for a drawbar pull of 4,000/6,000/8,000 pounds on brushed dry level concrete. A first production test will be required and conducted at the contractor facility to ensure that the contractor has the capability to verify product performance. 1. SALIENT CHARACTERISTICS: Based upon current known service requirements, the IPT has determined the current tow tractor requirements to include the following: a. Maximum gross vehicle weight (GVW) of 7,500 pounds (Army requirement only). b. Minimum draw-bar pull (DBP) on level brushed dry concrete surface: Air Force/Coast Guard: 4,000 pounds Army: 6,000 pounds Navy/Coast Guard: 8,000 pounds c. Tow Tractor shall be powered by one of three types of power-train configurations as follows. These power-train configurations must be sufficient to develop the required drawbar pull: 1. A diesel engine and automatic transmission power train. Diesel engine shall be unaffected by the use of Jet A-1 (JP-8), DF1, DF2, Bio-Diesel, or military equivalent fuels, and capable of 8 hours of continuous operation without refueling. 2. A hybrid diesel/electric power train. Diesel engine shall be unaffected by the use of Jet A-1 (JP-8), DF1, DF2, Bio-Diesel, or military equivalent fuels, and capable of 8 hours of continuous operation without refueling. 3. A totally electric power train. Electric drive shall be able to operate for not less than 8 hours, with no more than two opportunity charges, with no more than 15 minutes required for each opportunity charge. Full charge time will not exceed 4 hours. d. Tow tractor shall have two-wheel drive (rear) and two-wheel steering (front). e. Tow tractor shall have a ground clearance of at least 6 inches, and a turning radius of 120 inches or less. f. Tow tractor shall be capable of a forward speed of 15 mph (governed), without a trailing load, on a level paved surface. Tractor shall be capable of towing aircraft at 5 mph. Tow tractor shall also be capable of a reverse speed of at least 2.5 mph on a level paved surface, and be capable of providing small increments of forward and reverse movement. g. Tow tractor shall feature hydraulically operated brakes on all four wheels. h. Tow tractor shall be equipped with a parking/emergency brake system that is independent from the service brakes, or a separate isolated system that actuates the service brakes. Parking/emergency brake system shall include a lockout sub-system to shut down the vehicle when the parking brake is on and the vehicle is placed in forward or reverse gear. i. Tow tractor shall feature a 12V negative ground electrical system. System shall include an electric horn. j. When specified, tow tractor shall be equipped with a rigid, removable, sit-down type, enclosed, two-man cab. k. Instrumentation shall be a standard commercial installation. l. Tow tractor shall be equipped with pneumatic tires, and capable of being equipped with tire chains. m. Tow tractor shall be equipped with pintle hook couplers, one front and one rear. Optionally, the tow tractor shall be equipped with pin and clevis type couplers, one front and one rear. n. Tow tractor shall be equipped with a rear trailer emergency breakaway cable hookup. o. Tow tractor shall have two rear safety chain attachment points. p. Tow tractor lighting shall meet current safety standard requirements, and shall be equivalent to a standard commercial offering. q. Tow tractor shall have options for each services paint schemes and corrosion prevention requirements. r. Tow tractors offered shall comply with safety requirements imposed on vehicles of this type in the commercial market. s. Tow tractor shall be air transportable in military aircraft, and capable of external aerial transport (sling loading). t. Physical constraints are as follows: Maximum Length: 115 inches Maximum Width: 57 inches for 4,000 pound DBP version 72 inches for 6,000/8,000 pound DBP version Minimum Turning Radius: 120 inches for 4,000 pound DBP version 142 inches for 6,000/8,000 pound DBP versions Minimum Ground Clearance: 6 inches 2. CAPABILITY SURVEY a. Describe briefly the capabilities of your facility and the nature of the goods and/or services you provide. b. Is the proposed tractor an existing design or is some developmental effort expected for meeting existing requirements? c. Describe the testing facilities you have or have at your disposal. d. Describe your company?s past experience on previous projects similar in complexity to this requirement. e. How do you manage configurations for parts obsolescence, and future improvements? f. What quality assurance processes and test qualification practices does your company employ? Please provide a description of your quality program (ISO 9000, QS-9000, EIA-599, or otherwise)? g. Describe your capabilities and experience with technical orders and preparation of new technical orders. h. What support do you provide for your product, such as spares availability, the detail level of the technical manuals, and technical support personnel? i. Are there any special requirements for warranty work in the continental United States and outside the continental United States? j. What is your lead-time for delivery of a similar product (months) and your capacity for manufacturing (units per month)? k. What do you require of your customer in your contract terms and conditions? l. Do you possess the technical skills and abilities to establish and maintain a repair of repairables and commercial depot program for the items under consideration? m. What does your company perceive as the highest risk of this effort? Interested sources should submit their responses in writing, electronic submission preferred, within forty-five (45) days of the date of this announcement. Telephone and other oral means of requesting information will not be permitted. All correspondence relating to this matter should be directed to Charlene Earles, WR-ALC/LESVS, 295 Byron St., Robins AFB, GA 31098-1611, e-mail charlene.earles@robins.af.mil. The IPT may request the right to conduct on-site surveys and fact-finding sessions with interested sources for the purposes of evaluating facilities and products under consideration. All information received in response to this announcement will be kept confidential.
 
Record
SN00069582-W 20020503/020501213330 (fbodaily.com)
 
Source
FedBizOpps.gov 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.