Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 10, 2009 FBO #2877
SOURCES SOUGHT

54 -- Aircraft Shelters - Questionnaire

Notice Date
10/8/2009
 
Notice Type
Sources Sought
 
NAICS
332311 — Prefabricated Metal Building and Component Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 366 CONS, 366 Gunfighter Ave Ste 498, Mountain Home AFB, Idaho, 83648-5258
 
ZIP Code
83648-5258
 
Solicitation Number
FA4897-10-B-0001
 
Archive Date
11/5/2009
 
Point of Contact
Heather M. Rippy, Phone: 2088286470, Todd R Novinger, Phone: 208-828-6477
 
E-Mail Address
heather.rippy@mountainhome.af.mil, todd.novinger@mountainhome.af.mil
(heather.rippy@mountainhome.af.mil, todd.novinger@mountainhome.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Questionnaire to be completed as part of the sources sought. 1. OBJECTIVE. The objective of this sources sought notice is for information and planning purposes only. It does not constitute a solicitation and is not to be considered as a commitment by the government. All firms responding to this sources sought notice are advised that their response to this notice is not a request that will be considered for contract award. 2. REQUIREMENT. The 366th Contracting Squadron is seeking potential sources interested in submitting bids for approximately 30 aircraft shelters. In accordance with FAR Part 11.104(b), this is a brand name or equal requirement to Big Top Manufacturing®. Any shelter electrical equipment shall be Underwriters Laboratories (UL) listed for use in Class 1, Division 2 locations in accordance with the National Electric Code NFPA 70. It shall also be listed for outdoor conditions, minimum NEMA 3R. Enclosures shall be factory sealed and listed for use with threaded metal conduit. 2.1 Salient Features: • 70' Wide X 70' Long X 30'6"Center Height X 19' Side wall • Install IAW parking plan (will be provided in solicitation) with aircraft being parked nose-to-nose • Groupings of canopies cannot exceed six to maximize emergency response efforts. • All electrical installed must comply with NFPA 70 requirements. • Shelters are high quality steel that are anchored directly to the ramp. o Steel is galvanized and painted for rust/corrosion control. o All bolts will have double locking nuts for FOD protection. • Ground Snow Load: 1. 30 lbf/sqft (1.44 kN/m2) Note: Discussion on deviation of the ground snow load, Pg, from requirements of UFC 3-310-01, Structural Load Data (5-Dec-07). • Pavement Installation: Must not be installed on any joint to ensure pavement integrity - minimum distance install from any joint must be 2 feet. • Provide feature to minimize bird roosting under canopy. If netting is used, netting should have openings less than ¾". Bird-B-Gone® Bird Net 2000 ¾" is an example of acceptable netting. Visual and auditory systems are not acceptable. • 28oz. Cover, Tudor Beige, flame retardant PVC coated fabric with polyester scrim. The fabric has a two part barrier system. The first layer provides improved weathering, abrasion resistance, and minimizes plasticizer migration. The second layer is an acrylic/vinyl solution top finish that imparts a hard top surface for improved cleanability. • Fabric will be made of one each continuous fabric panel that will cover the entire shelters length and width. Fabric will be tensioned at the four corners with a ratchet and cable system and will attach longitudinally with cover tensioning tubes attaching to the frame with allthread to frame connection. • Class "C" Rating on the shelter for wind load @ 120 MPH and gusts of 140 MPH. Frame alone to withstand 140+MPH. • Standard commercial warranty. • Fabric provides 100% waterproofing. • Frame Members: 24" heavy wall galvanized tubular steel 4-chord truss with a continuous z-bar web. Tubing must be made of standard ASTM-A500, 1.90" x.095" Flo-Coat galvanized tubular steel with 50,000 PSI yield/ 48,000 PSI tensile strength. Each truss will be built on 10ft centers to achieve to overall 70ft length. Each truss will consist of 3ea 21' arch roof sections with a 54-6 radius and 2ea columns with 12'9" of straight side wall with a 9'8" 10' corner radius. Columns will have 2ea 6" x 6" x 3/8" base plate with 5/8" holes to attach shelter to existing foundation with ½" x 5 ½" concrete lag bolts and nuts. All truss Connections will be made via a plasma burnt plate to plasma burn plate junction with 10 ea A-325 structural bolts, nuts and locking washers. Plasma burnt plates will allow for precise hole alignment. All bolts will have locking nuts for FOD protection. • Truss will be supported with nine rows of lateral x-bracing that will connect at each truss with a welded tab predetermined by engineer. Tubing will be of same standards as truss specifications. • Additional side and roof cables will be used to further support trusses. Side cables will have high visibility protection sleeves with reflexive tape. • Anchors are provided for a concrete foundation • Fabric ends 11' above the ground level. All weld joints coated with 97% zinc "Cold Gal" for corrosion protection. • Lightning protection system. Lighting Option: Shelter electrical equipment shall be Underwriters Laboratories (UL) listed for use in Class 1, Division 2 locations in accordance with the National Electric Code NFPA 70. It shall also be listed for outdoor conditions, minimum NEMA 3R. Enclosures shall be factory sealed and listed for use with threaded metal conduit. Installation: Contractor shall provide all labor, equipment, materials, etc. to erect the above shelters.. Price includes installation of lightning protection system. Shipping: FOB Destination Mountain Home AFB Idaho. 3. SOURCES. The purpose of this sources sought notice is to identify the availability of qualified sources. 4. PERFORMANCE STANDARDS. The anticipated contract type will be a Invitation for Bids also known as a Sealed Bid, firm-fixed price requirements buy. The government is anticipating a minimum purchase of 30 shelters in the first year with the option of not to exceed 102 shelters over 5 years. 5. SPECIFICATIONS/DESCRIPTION OF WORK. Work to be performed under the contract will be within the North American Classification System (NAICS) code as 332311 small business size standard of 500. If you have the capability and are interested in this acquisition, submit a detailed capability statement which, at a minimum, identifies: 7. GENERAL. Submit responses to Heather Rippy at 208-828-6470 or email heather.rippy@mountainhome.af.mil or Todd Novinger at 208-828-6477 or email todd.novinger@mountianhome.af.mil no later than 1200 MST on 21 October 2009. Attachment: Market Research Questionnaire
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/366CONS/FA4897-10-B-0001/listing.html)
 
Place of Performance
Address: 366 MXG, Mountain Home AFB, Idaho, 83648, United States
Zip Code: 83648
 
Record
SN01982532-W 20091010/091008235133-f25b1e3e965e1f064d04daecdebcd720 (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.