Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JULY 18, 2018 FBO #6081
SOURCES SOUGHT

17 -- Flight Line Crane for Army Aviation Maintenance

Notice Date
7/16/2018
 
Notice Type
Sources Sought
 
NAICS
333923 — Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
W58RGZ-18-R-0315
 
Archive Date
8/30/2018
 
Point of Contact
Dominique Voltz, , Christopher R. Clemons, Phone: 2563131159
 
E-Mail Address
dominique.voltz.civ@mail.mil, christopher.r.clemons2.civ@mail.mil
(dominique.voltz.civ@mail.mil, christopher.r.clemons2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
DISTRIBUTION STATEMENT A: Approved for public release; distribution is unlimited Subject: Request for Information (RFI), 16 July 2018 Project Name: Flight Line Crane for Army Aviation Maintenance Owner: Program Executive Office Aviation, Project Manager Aviation Systems, Product Director Aviation Ground Support Equipment (PD AGSE), Redstone Arsenal, 35898 Contracting Office: US Army Contracting Command (Aviation), ATTN: CCAM-AR-C, Building 5309, Martin Road, Redstone Arsenal, AL 35898-5280 PURPOSE: PD AGSE located at Redstone Arsenal, Alabama is interested in gathering information on commercially available Mobile Cranes that meet requirements necessary to complete maintenance on Army rotary wing aircraft. DISCLAIMER: This RFI is issued solely for information gathering purposes; this RFI does not constitute a formal solicitation for proposals. In accordance with FAR 15.202(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. The Government will not provide reimbursement for costs incurred in responding to this RFI. No classified information should be included in the RFI response. Respondents are advised that the Government is under no obligation to acknowledge receipt of the information received or provide feedback to respondents with respect to any information submitted under this RFI. THRESHOLD/OBJECTIVE CAPABILITIES REQUIRED: •1. Capable of lifting the CH-47 aft pylon, 7,500 lbs. (Threshold) (T), and 9,375 lbs. Objective (O). •2. Raise the top of the aft pylon to a height of 23' (T), 25' (O); and then safely position the load from its point of origin to its maintenance support fixture. •3. Capable of lifting the top of the CH-47 aft vertical shaft to a height of 35' (T), 40' (O), and then safely positioning the load from its point of origin to its required maintenance support fixture. •4. Capable of simultaneous boom and winch operations, and will include a positive fail safe feature which will prevent dropping of the load when raising and lowering the hook, extending, or elevating or slewing the boom (T=O). •5. Will have hydraulically, mechanically, or electrically activated outriggers (T=O). •6. Will have tip-over prevention to provide the operator with passive indication of impending system overturning moments (T), will automatically warn the operator of unsafe system moments, and automatically interrupt lift operations if the load exceeds the rated capacity limitation with respect to the overturning moment (O). •7. Will be transportable by all modes of military and commercial transportation including highway, rail, marine, and air (T). •8. Will be self-propelled (i.e., without mobility assistance from a trailer, forklift, etc.), able to negotiate primary roads, secondary roads, and trails, i.e. over surfaces ranging from maintained and paved, to dry, unimproved, seldom maintained loose surface roads intended for low density traffic (T=O). •9. Shall have a selectable two / four or All Wheel Drive system, and in travel mode on improved surfaces, be able to sustain speeds of at least 10 mph. (T), 45 mph (O). •10. Shall be compatible with the Army standard fuel (JP8) (and commercial equivalent specification Jet A F-24 IAW ALARACT 113/2013) and other military spec products for oils and lubricants (T), will be compatible with multi-fuels including JP8, diesel, or diesel alternatives without any special maintenance procedures required to switch between fuel types (O). •11. Will have sufficient fuel capacity to operate for a minimum of four hours before refueling is required (T=O). •12. Will be a minimum single person enclosed crew cab system with heating/cooling capabilities (T=O). •13. Will be operable utilizing an on-board diesel engine (T), and by plugging into commonly available AC electrical power (O). •14. Will include a capability for precision-control. (T=O). Precision-control allows a very slow, constant, continuous, fixed rate of motion of the hoist, boom, and swing functions. •15. Will have a device that automatically prevents the hook from being raised too close to the upper block, thus preventing contact between the hook and block. (T=O). •16. Will include night driving lights, on/off switchable (T=O). •17. Will include work lights, on/off switchable. The work lights will be self-contained and adjustable, enabling safe lifting operations (T=O). The lights shall be switchable between standard lighting to NVS compatible lighting (O). •18. Will have a keyless operation (electric start) ignition system (T=O). •19. Will operate in temperatures from -37 to +60 degrees Celsius (-35 to +140 Fahrenheit) and be stored in temperatures from -38 to -51 degrees Celsius (-36 to -60 Fahrenheit). Instructions: After reviewing the requirements, if you desire to participate in this RFI, you should provide documentation that support your organization's capability in meeting the requirements. Failure to provide requested and supporting documentation may result in the Government being unable to adequately assess your capabilities and market availability. If you lack sufficient experience in a particular area, please provide details explaining how you would overcome the lack of experience/capabilities in order to perform that portion of the requirement. Participants are encouraged to explain in detail any business and engineering practices used to manufacture the crane. Please provide as much technical data and specifications as possible. Photographs are welcomed. You are also encouraged to identify known and potential problem areas and solutions. It is the Government's desire that interested participants provide the production unit cost and part number of the system(s) submitted in their response. The Government desires that responses be submitted via email in an electronic format that is compatible with Microsoft Windows/Office and/or Adobe Acrobat and addresses each of the above characteristics and any other important technical aspects of the product. Please provide the following information for your organization and for any teaming or joint venture partners: Company Name: Address: City/State/Zip: Point of Contact (POC): Phone # for POC: Fax # for POC: E-mail Address: CAGE Code: Web Page URL: North American Industry Classification System (NAICS) Code: Based on this NAICS Code, state whether your company is: Large Business (YES/NO) Small Business (YES/NO) Woman Owned Small Business (YES/NO) Small Disadvantaged Business (YES/NO) 8(a) Certified (YES/NO) HUB Zone Certified (YES/NO) Veteran Owned Small Business (YES/NO) Service Disabled Small Business (YES/NO) Central Contractor Registered (YES/NO) Please provide a statement as to whether your company's ownership is domestic or foreign (if foreign, please indicate the country of ownership). QUESTIONNAIRE: •1. What is the weight and dimensions of your Flight Line Crane? •2. Where is your Flight Line Crane manufactured? •3. What is the estimated lead-time for first article production? Follow-on production? Maximum manufacturing capacity per month? Per year? •4. Describe your organization's experience in designing and manufacturing the requested hardware. •5. Explain your Quality and Configuration Control Program and how they align with ISO 9001 and 9002 series. •6. Explain your process for submitting documentation to the Government relative to diminishing manufacturing sources that ultimately affect repair parts availability and overall system life cycle sustainment. •7. Provide your product military sales history by contract number, date, customer(s) and quantities. •8. Describe your capability to add increase production if situations require, include how this would be accomplished, required ramp up time, etc. •9. Describe your inspection program. •10. Describe your warranty period, processes and procedures. •11. Describe whether and how your products are manufactured to meet OSHA/AFOSH/FAA requirements. •12. Describe the type of tests your crane have/must complete prior to sale to the Government. For example, have you conducted lifting tests, environmental testing, etc.? Can documented test results be provided upon request? •13. Describe your experience with developing Government technical manuals. Explain whether you accomplish this using your own workforce or is it out sourced? •14. Describe your experience with developing Government Provisioning Data. Explain whether you accomplish this using your own workforce or is it out sourced? •15. Do you provide operation and maintenance manuals with your products? If so, briefly describe the contents. •16. Based on your review of the capability requirements, describe any material that may be considered a major, critical contributor to the overall cost and production time of the crane. •17. Describe your knowledge or experience in developing a technical data package that complies with Government specifications per DI-SESS-81000 •18. Describe your willingness to provide a demonstration of your product and the required time to execute once notified by request. •19. Describe your experience in developing training instructions in multi-media format. •20. Describe your experience with Product Verification Testing, Logistics Demonstration and Acceptance Testing. •21. Describe your organization's process for tracking program risks, administer mitigation strategies to eliminate risk or reduce to an acceptable level. Response to all of the areas requested by this RFI is required NLT 30 days after posting date. POINT OF CONTACT : Please submit responses to this RFI via email to Christopher Clemons christopher.r.clemons2.civ@mail.mil No phone calls will be accepted.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/bd6331bfab268bfa31aa60bcfed4143c)
 
Place of Performance
Address: Various, United States
 
Record
SN04993705-W 20180718/180716231305-bd6331bfab268bfa31aa60bcfed4143c (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.