Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2010 FBO #2995
SOLICITATION NOTICE

99 -- REPLACEMENT OF FAA AIRCRAFT CABIN ENVIRONMENT FACILITY

Notice Date
2/3/2010
 
Notice Type
Presolicitation
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, AMQ-210 AMC - Aeronautical Center (Oklahoma City, OK)
 
ZIP Code
00000
 
Solicitation Number
DTFAAC-10-R-09876
 
Response Due
2/25/2010
 
Archive Date
3/12/2010
 
Point of Contact
Diana Pickel, (405) 954-8381
 
E-Mail Address
diana.pickel@faa.gov
(diana.pickel@faa.gov)
 
Small Business Set-Aside
N/A
 
Description
ANNOUNCEMENT: The Federal Aviation Administration (FAA), Mike Monroney Aeronautical Center (MMAC), intends to replace its Aircraft Cabin Evacuation Facility (ACEF) in the 2012 timeframe and is seeking interested parties with the capability to fulfill the requirements outlined below. The ACEF is located at the MMAC in Oklahoma City. BACKGROUND: The ACEF is a transport aircraft interior cabin simulation device that is used to replicate the situational environment of the interior of a commercial aircraft that is in flight or on the ground in various situations. It is essentially identical in form and function to most modern airline cabin crew trainers. The device is designed to be repositioned in various angular configurations to replicate an aircraft which has undergone a non-normal landing but remains in a condition from which an emergency evacuation is possible. Further, the ACEF is vertically repositionable for the purpose of conducting normal and expected evacuation scenarios. The plan of the design is to utilize the existing hydraulic lifting equipment and to design and construct a new cabin simulator that will be fitted on top of the existing, but refurbished, lifting platform. REQUIREMENTS: 1. AIRCRAFT SIMULATOR: The new transport airplane cabin simulator device shall fit on top of the existing base, which rests on top of the hydraulic lifting system housed in a pit underneath the simulator. The outside dimensions of the pit and base are approximately 85 feet X 30 feet. The center portion of the pit extends downward into the ground 32 feet from the surface of the base. The new simulator shall be a minimum of twenty two feet wide at the floor and be capable of simulating a wide-body dual-aisle aircraft, potentially having double decks, and should be reconfigurable to become a narrow-body, single-aisle simulator. The simulator will be housed out of doors and, therefore, needs to be weatherproof, as will a new electrical control panel to be installed for raising and tilting the simulator. 2. HYDRAULIC SYSTEM: The ACEF hydraulic system is the working equipment that provides the simulation systems ability to be repositioned. It consists of a hydraulic power unit or pump, a reservoir to hold the hydraulic fluid, various valves, lines and fittings and a control device that allows the operator to reposition the entire system. The main hydraulic rams are 18 inches in diameter and have a 16 foot vertical lifting range. Eight other smaller rams provide pitch and roll (tilting) capabilities. This system shall have the capability to allow the simulator to pitch positive and negative about 30 degrees and to list left or right approximately 20 degrees. The existing steel lifting machinery may be used; however it shall be refurbished, i.e., likely removed, repaired and reinstalled. The hydraulic power and control system shall be replaced with new equipment. The hydraulic lifting and tilting rams may be refurbished and reinstalled. 3. SYSTEM INTEGRTATION: The ACEF shall be removed and disposed of, with the new cabin simulator placed on top of the refurbished hydraulic system. Electrical controls and wiring, lighting systems, the hydraulic system, and HVAC systems shall be made fully functional. CAPABILITY STATEMENT: In order to make a determination of the capabilities of a potential vendor, the FAA requires the following information: a. Type of services provided by your firm.b. Experience/capability for meeting the ACEF requirements. SUBMISSION REQUIREMENTS: In order to be considered responsive, organizations, other than the incumbent, expressing interest in this matter must provide the following: a. Capability Statement (as defined above)b. Cost estimate for the work described above. Cost estimate should be broken out as follows: aircraft cabin and interior systems, hydraulic lifting and tilting system, system integration, and disposal of the old ACEF and all other surplus construction materials. (REQUIRED) SUBMISSION FORMAT: FormatQuantityAddressElectronic 1 setavis.franklin@faa.gov and/or diana.pickel@faa.gov NOTE 1: The electronic submission must not exceed 5 pages in length. The electronic submission should be in either Microsoft WORD format or portable document format (pdf). Also, please note that the FAA e-mail server restricts file size to 10MB per mail, therefore, responses may have to be submitted in more that one e-mail in order to be received. All Submissions must be received by 3:00 PM Central Standard Time on February 25, 2010. For questions, requests for additional information, etc. regarding this market survey, contact Avis Franklin or Diana Pickel, Contracting Officers, via E-mail: avis.franklin@faa.gov and/or diana.pickel@faa.gov. Submission must include company Point(s) of Contact, telephone number(s), FAX number(s), E-mail address(es) (if available), and mailing address. No telephone calls will be accepted. Please submit questions through E-mail to the addresses above. Your only POC for this requirement is the Contracting Officers, Avis Franklin or Diana Pickel. At no time should your firm contact the Program Office to find out additional information on this requirement. NOTE 2: A site visit is planned for February 16 and 17 from 9:00 a.m. to 2:00 p.m. at Mike Monroney Aeronautical Center, Oklahoma City, OK. Any vendor interested in responding to this market survey is encouraged to attend. Notify the Contracting Officer who will be attending. Attendance is limited to 2 persons per company. ADDITIONAL INFORMATION: This announcement is not intended to guarantee procurement of the services, and shall not be construed as a commitment by the Government to enter into a contract. The Government is not liable for costs associated with the preparation, submittal of inquiries or responses for this announcement and will not reimburse any firm for cost incurred in responding to this public announcement. Responses will not be returned. If a solicitation is issued, it will be synopsized on the FAA's Contract Opportunities web page. It is the offeror's responsibility to monitor this site for the release of the solicitation. END OF ANNOUNCEMENT
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOT/FAA/MMACTR/DTFAAC-10-R-09876/listing.html)
 
Record
SN02057302-W 20100205/100203235815-0629a8a9b7c4c77cf542c26f8274bfa1 (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.