SOURCES SOUGHT
71 -- MQ-1 Crew Member Seats
- Notice Date
- 7/13/2011
- Notice Type
- Sources Sought
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, ASC/PKO, 1940 ALLBROOK DRIVE, WRIGHT-PATTERSON AFB, Ohio, 45433-5309, United States
- ZIP Code
- 45433-5309
- Solicitation Number
- FA8601-11-R-0111_SS
- Archive Date
- 8/9/2011
- Point of Contact
- Steven R. Selm, Phone: 9375224539
- E-Mail Address
-
steven.selm@wpafb.af.mil
(steven.selm@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- SOURCES SOUGHT SYNOPSIS (Not a Notice of Solicitation) The United States Air Force, ASC/Operational Contracting Division, Wright-Patterson AFB, Ohio is seeking potential sources that are capable of providing twenty (20) ergonomic crew member seats for the MQ-1 Containerized Dual Control Segment (CDCS). Contractors responding should specify that their equipment meets the specifications provided below and provide detailed product information to show clear technical compliance. Additionally, sales history, including any recent commercial companies sold to, should be included to determine commerciality. The required specifications for the System are as follows: 1.1. Functional Requirements 1.1.1. The seat shall include provisions for being mounted to the CDCS floor platform. 1.1.2. Anthropometric Range. The seat shall be capable of accommodating 99% of crewmembers both male and female. 1.1.2.1. Seat Back Height. Seat back shall be a high back design with a minimum height of 29" (with fully-extended head/neck support) above the hip-point (H-point). 1.1.2.2. Seating Height. 1.1.2.2.1. At the lowest seat position, distance of the H-point above the floor shall not exceed 20". 1.1.2.2.2. Range of height adjustment shall be a minimum of 4". 1.1.2.3. Seat width. 1.1.2.3.1. Outer width dimension (including armrests) shall be a minimum of 24.5" and maximum of 26.5". 1.1.2.3.2. Inner width dimension (between armrests) shall be a minimum of 19". 1.1.2.4. Fore/Aft Track Adjustment. Range shall be a minimum of 8". 1.1.3. Ergonomic Features. The seat shall have the following ergonomic features to reduce fatigue over long-duration missions. 1.1.3.1. Seat Back. 1.1.3.1.1. Back shall be a high seat back design with S-contoured shape. 1.1.3.1.2. Shall have an adjustable lumbar support. 1.1.3.1.3. Shall have an adjustable headrest height (2" minimum) and tilt (30o minimum). 1.1.3.1.4. Shall have an adjustable reclining angle (minimum range of vertical to 15o reclined). 1.1.3.1.5. Shall have adjustable side bolsters. 1.1.3.2. Seat Cushion. 1.1.3.2.1. Shall have a tilt adjustment (minimum range of -5o to +10o). 1.1.3.2.2. Shall have a seat cushion length of 12" minimum (from H-point to front edge of seat cushion) with a 2" minimum seat cushion length extension. 1.1.3.2.3. Shall include an inherent layer of material or add-on covering to improve blood flow and reduce skin/muscle fatigue (e.g. gel, air, liquid, foam, etc.). 1.1.3.3. Armrests. 1.1.3.3.1. Shall have tilt-adjustment (minimum range of -20 to +10 degrees). 1.1.3.3.2. Shall be capable of being flipped up to the vertical position. 1.1.4. Seat Mounting. The seat shall include provisions for being mounted to the floor. 1.1.5. Swivel. The seat shall swivel a full 360 degrees and have a swivel lock. 1.1.6. Manual Seat Adjustment. Seat adjustments shall not have any motorized components. The seat shall not require any compressed air or electrical power source to function. 1.1.7. Seat upholstery. 1.1.7.1. Materials. Seat upholstery shall be made of durable, automotive-quality leather and include a backing material to reduce wear of the material on underlying cushions. 1.1.7.2. Abrasion Resistance. Seat upholstery shall be able to withstand a minimum of 500 cycles (ASTM D1044, Taber CS-10, 2 x 250g) with no damage to the finish. 1.1.8. Shock. There shall be no damage to the empty seat when installed on the system and exposed to transit shock (MIL-STD-810G, Method 516.6, Procedure IV - Transit Drop, or equal). 1.1.9. Protective Covering. The seat shall have a protective covering that guards the operator from all dangerous mechanical equipment that forms the base of the seat. The covering shall ensure that any mechanical equipment that could cause injury to the operator during the process of adjusting the seat is covered and properly marked. 1.2. Warranty and Availability of Spares. 1.2.1. 2-year warranty providing replacement of defective parts. 1.2.2. 5-year warranty providing full replacement of seat cushion foam. (The seats have a minimum service life requirement of 5 years, and seat cushions are typically the #1 wear item.) 1.2.3. Lifetime replacement of parts with weld defects/failures. 1.2.4. Availability to purchase all individual replacement parts (parts that may possibly wear and/or break from ruggedized use/environments) from the manufacturer for field replacement. 1.3. Deliverables. 1.3.1. Quantity. 20 seats. 1.3.2. Delivery. Manuals delivered with seats. 1.3.3. Technical Data. The manufacturer shall provide the following: 1.3.3.1. Drawings. Drawings with a sufficient level of detail to facilitate customer integration of the seats. Drawings shall include the overall dimensions of the seat, the ranges for seat height adjustment and fore/aft travel, and details of the bolt pattern at the base of the pedestal. Technical Manuals. Manuals with detailed operation instructions, maintenance requirements and procedures, and an illustrated parts breakdown with replacement parts list. All interested contractors shall submit a response demonstrating their capabilities to produce the requested equipment to the Primary Point of Contact listed below. As stipulated in FAR 15.201, responses to this notice are not considered offers and cannot be accepted by the Government to form a binding contract. No solicitation exists; therefore, do not request a copy of the solicitation. The decision to solicit for a contract shall be solely within the Government's discretion. Contractors responding should indicate whether they are, or are not, a small business, a socially and economically disadvantaged business, or a woman-owned business. The general definition of a small business is one that is independently owned and operated, is not dominant in the field of operation in which it is proposing on Air Force contracts and with its affiliates; and the number of employees does not exceed 500. NAICS Code to be used for this acquisition is 336413. The Government reserves the right to consider a small business set-aside based upon responses hereto for any subsequent acquisition. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled contractor and any contemplated use of foreign national employees on this effort. Any information submitted by respondents to this sources sought synopsis is voluntary. This sources sought notice is not to be construed as a commitment by the Government, nor will the Government reimburse any costs associated with the submission of information in response to this notice. Respondents will not individually be notified of the results of any government assessments. The Government's evaluation of the capability statements received will factor into whether any forthcoming solicitation will be conducted as a full and open competition or as a set-aside for small businesses, or any particular small business designation (e.g. SDVOSB, HUBZone, 8(a), SDB, WOSB, VOSB, etc.). CAPABILITIES PACKAGE: All interested contractors shall submit a capabilities package that explicitly demonstrates company capabilities-indicating examples of commercial sales-and product specifications related to this effort. Responses may be submitted electronically to the following e-mail address: steven.selm@wpafb.af.mil in a Microsoft Word compatible format or mailed to ASC/PKOAA POC: Steven Selm, 1940 Allbrook Dr. Ste 3 Rm 109, Wright-Patterson AFB, OH 45433-5309 to be received no later than 9:00 a.m. Eastern Standard Time, 25 July 2011. Direct all questions concerning this acquisition to Steven Selm at steven.selm@wpafb.af.mil.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/88 CONS/FA8601-11-R-0111_SS/listing.html)
- Place of Performance
- Address: 1940 Allbrook Drive, Rm. 109, Wright Patterson AFB, OH 45433-5309, Wright Patterson AFB, Ohio, 45433, United States
- Zip Code: 45433
- Zip Code: 45433
- Record
- SN02497012-W 20110715/110713234622-16f6a13f87a486351e361b214b1f0c04 (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 |