Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 14, 2018 FBO #5986
SPECIAL NOTICE

25 -- Sole Source Synopsis

Notice Date
4/12/2018
 
Notice Type
Special Notice
 
NAICS
333924 — Industrial Truck, Tractor, Trailer, and Stacker Machinery Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
 
ZIP Code
45433-7218
 
Solicitation Number
FA8601-18-R-0051
 
Archive Date
4/19/2018
 
Point of Contact
Kimberly J. Conley, Phone: 9375224575
 
E-Mail Address
kimberly.conley.3@us.af.mil
(kimberly.conley.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Synopsis #: FA8601-18-R-0051 Notice Type: Special Notice Synopsis: The United States Air Force, AFLCMC/Base Support Contracting Division, Wright-Patterson AFB, Ohio 45433-5344. This is a Sole Source synopsis published for informational purposes only. This proposed action is for the procurement of running gear for aircraft trailers for the Air Force Packaging Technology and Engineering Facility located at Wright-Patterson AFB. The Aerol Co. Inc. running gear is the only system available that is able to meet all AF requirements and properly integrates with existing trailer equipment. The Government intends to solicit and negotiate with only one source under the authority of FAR 13.106-1(b)(1). This proposed procurement will be a Sole Source under North American Industry Classification System Code (NAICS) 333924: Industrial Truck, Tractor, Trailer and Stacker Machinery Manufacturing and FSC code 2530: Vehicular Brake, Steering, Axle, Wheel and Track Components. Business size standard for NAICS 333924 is 750 employees. The proposed source is Aerol Co. Inc. A determination by the Government not to compete this proposed contract regardless of responses that may be received to this notice is solely within the discretion of the Government. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. This notice of intent is not a request for competitive quotations. However, all responsible sources or authorized distributors may submit a capability statement, proposal, quotation or exception to the intent to purchase on a sole source basis, which shall be considered by the Government if received by Wednesday, 18 April 2018 by 1:00 pm EST and meets all the following requirements: Interface: •· The running gear system shall attach independently to each corner interface of the trailer •· The system shall not have any axle or part that connects wheel axles between sides except the steering linkage parts. •· The tow bar shall attach to a separate interface on the front of the trailer frame and provide the side to side pivot necessary to operate the steering system. •· The overall running rear width when installed on the trailer shall be 65 IN to the outside of the tires. •· The wheelbase length shall be 210 IN. •· The running rear system must attach to the trailer frame, which has a width of 36 IN. •· Each wheel (one per corner) shall be bolted to a vertically oriented mounting plate. Suspension: •· Each wheel must have a minimum suspension travel of 1.625 IN. •· Each wheel must incorporate a coil spring type suspension system. •· The running gear system shall be equipped with four 6.00-9 x 10 ply pneumatic tires. Steering: •· The running gear shall incorporate an Ackerman type automotive steering system. •· The minimum inside cramping angle shall be 40°. Load bearing: •· The running gear system shall have a Front/Rear weight distribution of 40%/60% with a gross weight of 6500 LB. •· The running gear system shall be designed to withstand the aircraft transportation system loading requirements in accordance with MIL-STD-1791A, Paragraph 5.3.3.1, and Table IV. The basic loading requirements are 4.5Gs down, 3Gs forward, 1.5Gs lateral and aft, and 2Gs upward while fully loaded. Towing: •· The running rear system shall be towed at 5 MPH. •· The running gear system must have a tow bar that is a minimum of 110 IN long. •· The tow bar shall pivot 90° upward for stowage purposes. Aircraft transportation: •· No part of the running gear systems shall contact the aircraft ramp transitions during loading and unloading on the C-17 and C-5 aircraft. •· The running gear system shall be designed to withstand the aircraft transportation system loading requirements of 4.5Gs down, 3Gs forward, 1.5Gs lateral and aft, and 2Gs upward while fully loaded with a gross weight of 6500 LB. Braking: •· The brakes shall conform to the requirements of SAE AS8090 par. 3.6.1., 3.6.1.1., and 3.6.1.2. •o The parking brakes shall be either the automotive type with internal expanding shoe, proper backing plates, and drum, or the automotive disc type. The brakes shall be easily and quickly applied by means of a single manual control (hand lever) not exceeding 18 inches in length from the pivot point that will simultaneously operate all brakes to lock the wheels against rotation. Brake actuation forces shall not exceed 200 pound inches. •o Parking brake performance: The parking brakes shall lock the wheels so that the wheels will skid and not roll on dry, level, brushed concrete free of loose material when the vehicle, with maximum gross load, is subjected to a towing force sufficient to move it. The vibrations and shocks encountered on the applicable operating surfaces shall not cause the brakes to engage. Moving force shall be applied in both the forward and reverse directions. The parking brakes shall hold the vehicle, with maximum gross load, whether headed up or down a 11.5° incline. •· The brakes shall be operated by a single lever positioned in close proximity to the tow bar. •· All necessary cables, actuator handle, fittings, etc. shall be supplied by the running gear manufacturer as a bolt-on system. Information received will normally be considered solely for the purpose of determining whether to conduct a competitive procurement. In order to comply with FAR 5.207(c)(15), the reason for lack of competition is as follows: Aerol Co. Inc. provides the only device capable of satisfying all of the government's requirements due to being the only system able to meet interface, suspension, steering, load bearing, towing, aircraft transportation, and braking requirements. The running gear system required must be independently attached to the trailer at the aft left and aft right corners without a thru axle in order to allow an open space in the center of the trailer required for proper function. All other running gear options have been surveyed and are unable to meet the specific open center requirement. Procurement of any other system will result in fitment/interface issues with existing equipment designed to use this running gear system The Department of Defense (DoD) has determined the System for Award Management (SAM) to be the single DoD registration for contractors who conduct business or who are interested in conducting business with the DoD. Contractors must be registered in SAM prior to award for solicitations issued after 29 May 2012. You may contact SAM at 866-606-8220. SAM website: www.SAM.gov Any information should be e-mailed to kimberly.conley.3@us.af.mil no later than 1:00 pm on Wednesday, 18 April 2018. Only inquiries/Information received by this date and time will be considered. Be advised that all correspondence sent via email shall contain a subject line that reads "FA8601-18-R-0051 Running Gear". Note that email filters at Wright-Patterson AFB are designed to filter emails without subject lines or with suspicious subject lines or contents (i.e.,.exe, or.zip files). Therefore, if this subject line is not included, the email may not get through the email filters. Also be advised that.zip or.exe files are not allowable attachments and may be deleted by the email filters at Wright-Patterson AFB. If sending attachments with email ensure only.pdf,.doc, or.xls documents are sent. The email filter may delete any other form of attachments.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8601-18-R-0051/listing.html)
 
Record
SN04887599-W 20180414/180412230907-c997dcdf75a9cd52d50111b7f8ca2bd8 (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.