SOURCES SOUGHT
C -- C-130 Maintenance Platform(s)
- Notice Date
- 12/14/2023 4:23:37 AM
- Notice Type
- Sources Sought
- NAICS
- 332323
— Ornamental and Architectural Metal Work Manufacturing
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03824IH0000003
- Response Due
- 1/5/2024 11:00:00 AM
- Archive Date
- 01/20/2024
- Point of Contact
- Kiley Brown, Tammy Bunting
- E-Mail Address
-
Kiley.E.Brown2@uscg.mil, Tamela.S.Bunting@uscg.mil
(Kiley.E.Brown2@uscg.mil, Tamela.S.Bunting@uscg.mil)
- Description
- PURPOSE: This is a Sources Sought Notice only and does not constitute a solicitation announcement. This is not a request for proposals or a quote and in no way obligates the Government to award any contract.� This Sources Sought Notice is for information and planning purposes only and is not to be construed as a commitment by the Government.� This is not a solicitation announcement for quotes/proposals.� This Sources Sought Notice has been issued to survey the market and assist the United States Coast Guard (USCG) in determining possible sources for consideration.� All firms responding to this Sources Sought Notice are advised that their response to this notice is not a request to be considered for a contract award. REQUEST: C-130 Maintenance Platform(s) Vendor must provide a draft image of the design that shows all required specifications listed for customer approval. There must be a left and right equaling one set of the described units to accommodate both sides of aircraft. Will be located under wings while the aircraft is jacked and shored. Wings and engines will be removed while platform is in use (not depicted in the slides). They will fit tight to the fuselage, needs 1-foot telescoping deck extensions on the aircraft fuselage side. need bumper pads to protect aircraft. Total with bumper pads must not be more than 14� from the face of the work. Each size totaling L 24� x W 24�, adjustable height from 9� to 11�. Shall be broken into units/modules to accommodate movement and storage. Needs to be interlocking units with a staircase on outer edge opposite the fuselage, with handrails. Staircase will be parallel to the fuselage, and entrance from the front of aircraft ascending aft, with slip resistant surfaces on treads. Platform will need to hold a 900lbs toolbox and at least 1200lbs, and at least 2100lbs per unit. Needs to be on Caster wheels w/ locking capabilities and feet to secure in place for stability. Have adjustable height and removable railing. Guardrails are to be between 36� and 42� above the walking surface that can withstand a load of at least 200lbs with an intermediate rail midway between top edge of guardrail and platform surface. Material type aluminum�� Have non-skid platform decking and also comfortable enough for the technician that has to kneel on it. A toe board, minimum of 4� must be attached to platform to prevent items from falling to lower level. Power strip located on front center section. Air manifold connections on front center section Corrosion resistant Powder coated. Unobstructed access to main landing gear wheel wells underneath the platform next to the fuselage. Bump pads for people and aircraft protection. The platform deck must have a section that telescopes at least 1-foot at the aircraft jack location and accommodate the optical transit line. Industry Standard Warranty Delivery to USCG Aviation Logistics Center, HMF1 Set up and installation. Training on how to erect/dismantle. SEE ATTACHMENT 1 - �DIAGRAMS � MAINTENANCE PLATFORM REQUIREMENTS� FOR DIAGRAMS FOR MAINTENANCE PLATFORM REFERENCE.� RESPONSES: Responses to this notice should include company name, address, telephone number, cage code, and point of contact (POC).� Please respond to the following questions: Technical Specifications SHALL be included with response. Please indicate if there are any quantity discounts. What is an estimated lead time? What are acceptable payment terms (e.g. Net 30, Credit Card)? Is your business a large or small business and how many employees? What North American Industry Classification System (NAICS) code does your company use for this type of service? If small, does your firm qualify as a small, emergent business, or a small, disadvantaged business? If disadvantaged, specify under which disadvantaged group and is your firm certified under Section 8(a) of the Small Business Act? Is your firm a certified Hub Zone firm? Is your firm a Woman-Owned or operated business? Is your firm a certified Service-Disabled Veteran-Owned? Is your product listed on a General Services Administration (GSA) schedule? Do you have other government agencies using the product, and if so which agencies, POCs and contract numbers? If possible, provide POCs for civilian users for general usage of product questions. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this Sources Sought Notice. Please be advised that the USCG will acknowledge receipt of the information received and may provide feedback to respondents with respect to the information submitted. After the review of the responses to this Sources Sought Notice, and if the USCG still plans to proceed with the acquisition, a solicitation announcement will be published on the SAM.gov website. �Responses to this Sources Sought Notice are not adequate responses to any future solicitation announcement. �If the USCG proceeds with the acquisition, all interested offerors will have to respond to the solicitation once posted to SAM.gov. Responses to this Sources Sought Notice are NOT a request to be added to a prospective offerors list or to receive a copy of the solicitation. SUBMISSION INSTRUCTIONS: Closing date and time for receipt of response is 05 January 2024 @ 2:00pm EST. E-mail responses are preferred and may be sent to Kiley.E.Brown2@uscg.mil and D05-SMB-LRS-Procurement@uscg.mil. Please indicate 70Z03824IH0000003 in the subject line.
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/eb0e1910a2b3484bab0b2b1c5a8dbf77/view)
- Record
- SN06913148-F 20231216/231214230100 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |