SOLICITATION NOTICE
17 -- C-17 Hoist, Fishpole-A/C Line Replaceable Units, NSN: 1730-01-436-9399
- Notice Date
- 10/23/2018
- Notice Type
- Presolicitation
- NAICS
- 336413
— Other Aircraft Parts and Auxiliary Equipment Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ - Robins AFB, 215 Page Rd, Robins AFB, Georgia, 31098-1611, United States
- ZIP Code
- 31098-1611
- Solicitation Number
- FA8526-18-R-0033
- Point of Contact
- Victor Henderson,
- E-Mail Address
-
victor.henderson.2@us.af.mil
(victor.henderson.2@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- This requirement is for a firm-fixed price contract with option years for an aircraft hoisting unit applicable to the C-17 aircraft only. This acquisition is for Hoist, Fishpole-A/C Line Replaceable Units, NSN: 1730-01-436-9399, Part Number: 17G113298-1. The hoisting unit is required to remove and install Line Replacement Units (LRUs) weighing up to 350 pounds on the C-17 aircraft at both the organizational and depot levels of maintenance. It is designed for limited access hoisting and has a 500 pound lift capacity with an overload device to prevent loading the hoist and cable over a preset limit load from 100-500 lbs. The five major components of the hoist are: the barrel section, the crank handle, the locking cable drum assembly, and the housing which includes an air motor for pneumatic lifting. Overall length is approximately 34" and approximate weight is 25 pounds. The hoist can be operated in either manual or powered mode. This requirement will consist of a basic production quantity of 16 EA. The requirement also includes 3 option years each with a quantity of 1-2 EA. All assets will be shipped FOB Origin within the continental United States. Requested delivery is 120 calendar days ARO. The proposed contract is 100% set aside for small business concerns. The Government has the rights to the technical data for this item. All data for this weapon system is considered EXPORT CONTROLLED. This requirement will require a First Article (FA). The solicitation will contain information on how to apply for a waiver. The technical data required to respond to the RFP may be obtained through a link that will be provided when the RFP is posted on Federal Business Opportunities. It is anticipated that the RFP will be released on or around 07 Nov 2018. NO HARD COPIES WILL BE PROVIDED. In order to obtain access to the data package companies must be: 1) Registered in System for Award Management (SAM) https://www.sam.gov/portal/SAM/#1 2) Registered at JCP and approved to view export control https://www.dlis.dla.mil/jcp/Default.aspx 3) Registered at FBO https://www.fbo.gov/. Interested offerors may notify the POCs listed below for any additional questions. NO TELEPHONE QUESTIONS. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check FEDBIZOPPS site prior to submission of their proposal.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8526-18-R-0033/listing.html)
- Record
- SN05131961-W 20181025/181023230504-44711e86a8e6633d4786bb869c5094fd (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 |