Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 15, 2003 FBO #0470
SOLICITATION NOTICE

83 -- Request for Information Synopsis, Large Shelter System

Notice Date
3/13/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AAC - Air Armament Center, AAC/PK 205 West D Avenue, Suite 433, Eglin AFB, FL, 32542-6864
 
ZIP Code
32542-6864
 
Solicitation Number
Reference-Number-WMOK-03-006
 
Point of Contact
Andrew Jacobs, Contract Specialist, Phone (850)882-4686 x 209, Fax (850)882-9381, - Karen Turner, Contracting Officer, Phone (850)882-4685 x 316, Fax 850-882-9381,
 
E-Mail Address
andrew.jacobs@eglin.af.mil, karen.turner@eglin.af.mil
 
Description
The Air Armament Center, Combat Support Systems, System Program office at Eglin AFB, FL, is requesting information and potential sources for a system performance based contract, which will provide a Large Shelter System. The Large Shelter System (LSS) primary goals are to provide an air transportable aircraft hangar to support advanced fighter aircraft at expeditionary airfields worldwide. The LSS should meet performance requirements while reducing the airlift footprint and erection rate over current portable aircraft hangars in the Air Force inventory. The objective is to find a solution/design while maximizing the use of commercial parts and processes with limited development. The purpose of this procurement will be to design, develop, produce, and support a replacement for the Bare Base Aircraft Hangar (ACH) by using existing commercial technology, development of a new design, or a combination of both. The LSS will include a shelter, an integrated environmental control system (ECS), a complete lighting and electrical distribution system, and suitable packaging to allow the LSS to operate as a deployable aircraft hanger. An operational and maintenance manual with illustrated parts breakdown shall be developed according to military specifications. To enable the program office to develop an acquisition strategy that reduces program risk by utilizing cost as an independent variable (CAIV), cost estimates are requested in categories such as: Development non-recurring engineering, prototype hardware development; Production costs to include projected production unit cost of a LSS (specify quantity of systems unit cost is based on) with major subsystem cost breakout if possible. SHELTER: The LSS will require minimum interior dimensions of 95 feet long, 78 feet wide, and 26 feet high at the center of the structure. The LSS must be capable of being fully erected and operational with no more than 10 personnel in no more than 32 hours. The LSS must be capable of withstanding 20 assembly/disassembly cycles with 25 desired. The shelter must provide at a minimum one aircraft entry door, one vehicle entry door (12? W x 14? H), and two personnel doors. Information is requested regarding the impact (cost, shipping weight, erection time) of a shelter design that provides a ?pass through? capability (ex. two aircraft doors). A fall protection system must be included as an add-on-kit and shall be generic in nature to allow use by more than one type of aircraft. The LSS must be capable of withstanding 100 MPH winds with 110 MPH desired. The LSS must support a snow load of 10 pounds per foot with 20 pounds per foot desired. The LSS must provide properly designed anchoring kits to ensure proper anchoring in all applicable soil types and asphalt/concrete pavements where shelters could reasonably be used. Once deployed the installed/erected shelters and ECUs must be capable of continual use for a minimum of 1 year with 2 years desired. Shelters should utilize simple, quick-disconnect type fastening systems vice screws, bolts, and nuts. Hardware and similar components requiring maintenance and/or periodic replacement should be commercially available. ECS: The shelter must be capable of functioning and supporting operations at locations where ambient temperatures range between ?25 F to +125 F while maintaining inside shelter temperatures of not less than +55 F and not more than +80 F. Heating and cooling units are to be rugged, portable units capable of being repeatedly transported by land, sea, and air. ELECTRICAL: The LSS must interface with commercial and Bare Base electrical utility systems. All interior electrical components and wiring methods shall be rated for Class 1, Division 2 hazardous location. Internal lighting up to 100 foot-candles at 4? above the floor and convenience outlets must be provided. PACKAGING: The shelters must be packed in suitable, deployable storage and shipping containers to provide protection from weather during movement and long term storage. Containers and components must be compatible with the 463L pallet system. All single components of the shelter system shall be capable of being safely handled by 10K all-terrain forklifts. The weight and cube of the shelter must be reduced by 25% over the existing Bare Base ACH with specific interest in reducing the number of pallet positions required to deploy the LSS. A maximum of (4) 463L pallet positions shall be used to transport the basic LSS (excluding the HVAC units). The weight of the ACH is 35,955 lbs. It will be a Firm Fixed Price (FFP), contract awarded on a Best Value basis. The Synopsis/Solicitation release date is projected to be in late November 03 and will be released through CBD announcement, and by electronic posting to <http://www.eps.gov>. Program information will be placed on the Internet as it becomes available, to include the synopsis/solicitation, test plan with methodology, and evaluation criteria. The Government reserves the right to conduct a Pre-Award survey to include production facility site visits to verify manufacturing capability. To initiate an exchange of information AAC/WMO requests that interested parties submit both of the following: (1) an up to 10-page paper, with technical concepts of how you would provide the needed system, and (2) any product brochures or marketing materials outlining capabilities that you have provided this type of system previously to either a military or commercial agency. Responses will be evaluated and a list of potential suppliers will be established containing those firms determined capable of fulfilling the Government?s requirements. This sources sought/request for information (RFI) is for planning purposes only and shall not be construed as a request for proposal or as an obligation on the part of the Government to acquire any follow-on acquisitions. The Government does not intend to award a contract on the basis of this RFI, or otherwise pay for the information solicited. No entitlement to payment of direct or indirect costs or charges by the Government will arise as a result of submission of responses to this RFI and Government use of such information. The Government reserves the right to reject in whole or in part any industry input as a result of this RFI. The Government recognizes that proprietary data may be part of this effort. If so, clearly mark such restricted or proprietary data and present it as an addendum to the non-restricted/non-proprietary information. For further information concerning technical aspects contact Ms. Jennifer Morgan, Program Manager or Mr. Nathan Pappas, Project Engineer, AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717, or by telephone at (850) 882-4686, extensions 321 and 308, respectively, e-mail addresses are: Jennifer.morgan@eglin.af.mil and Nathan.pappas@eglin.af.mil . For contracting information contact Ms Karen Turner, Contracting Officer, AAC/WMOK, 314 W. Choctawhatchee Ave, Suite 104, Eglin AFB, FL 32542-5717, or by telephone at (850) 882-4686, extension 316, e-mail address is Karen.Turner@eglin.af.mil. For further information, you may also contact Mr. Andrew Jacobs, contracting specialist at (850) 882-4685 x209, email andrew.jacobs@eglin.af.mil. Firms responding to this synopsis should state whether they are or are not a small business concern or small, disadvantaged business concern as defined by FAR 52.219-1 and 52.219-2, respectively. The Government reserves the right to consider a small, business set-aside based on responses hereto. Responses to this RFI should be mailed to AAC/WMO, 314 W. Choctawhatchee Ave, Suite 104, Attn: Ms Karen Turner, Contracting Officer, Eglin AFB FL 32542-5717 within 15 calendar days after the publication of this announcement.
 
Record
SN00278743-W 20030315/030313213543 (fbodaily.com)
 
Source
FedBizOpps.gov 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.