Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 07, 2007 FBO #1927
SOLICITATION NOTICE

V -- RELOCATE AND RE-INSTALL AIRCRAFT PARTS

Notice Date
3/5/2007
 
Notice Type
Solicitation Notice
 
NAICS
484230 — Specialized Freight (except Used Goods) Trucking, Long-Distance
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Randolph AFB - 12th Contracting Office, 395 B Street West Suite 2, Randolph AFB, TX, 78150-4525, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-F3P3BD7036A1
 
Response Due
3/12/2007
 
Archive Date
3/27/2007
 
Small Business Set-Aside
Total Small Business
 
Description
A Pre-Proposal Meeting has been set for 09 March 2007 at 0900 at Randolph AFB, San Antonio, TX, 78150. Please RSVP to A1C Ellizabeth House at Ellizabeth.House@Randolph.af.mil or 210-652-5176 if you wish to attend or hold a tele-conference. Relocation of a C-130E fuselage with complete and configurable cargo door and ramp including its cockpit from Davis-Monthan AFB (Aerospace Maintenance and Regeneration Center, AMARC), Tucson, AZ to Brooks-City Base, San Antonio, TX. See below. Relocation of a C-141 fuselage with complete cargo door and ramp including its cockpit, all saddle supports and exterior air conditioning unit from Brooks-City Base, San Antonio, TX to a temporary site at Lackland AFB, San Antonio, TX. See below. Relocation of a C-141 fuselage from its temporary site and mount and assemble to a permanent site (344th TRS/DOOM) on Lackland AFB. See below. PERFORMANCE WORK STATEMENT (PWS) USAFSAM BROOKS-CITY BASE, SAN ANTONIO, TX. BUILDING 820 MOVE A C-130E AIRCRAFT RELOCATED AND RE-INSTALL A C141 AT LACKLAND AFB, TX. 1 Description of Work: 1.1 The contractor shall provide all personnel, transportation, equipment, tools, labor, supplies, materials, and supervision, required to move a C-130E fuselage from Davis-Monthan AFB, AZ to Brooks-City Base. 1.2 The contractor shall re-assemble on site the landing gears including its tires, the Main Crew Entry Door, and the Cargo Door and Ramp to a mechanical functional status. Hardware will be provided. 1.3 The contractor shall secure the aircraft fuselage to the site foundation. 1.4 The contractor shall disassemble a C-141B fuselage and make it ready for shipment; the sectional modules shall be water proof for future re-installation. 1.5 The contractor shall relocate the C-141B fuselage from Brooks-City Base to a temporary site at Lackland AFB, San Antonio, TX. 1.6 The contractor shall mount and assemble one C-141 Fuselage from its temporary location to its directly adjacent permanent location. (The contractor will not be responsible for the re-attachment of external HVAC equipment and external power supply.) 1.7 The contractor shall re-attach the fuselage sections and ramp on the provided site in the position described by drawings, photographs and/or schematics provided by Trainer Development. Re-attachment of the fuselage sections will be as the original (as the fuselage was assembled originally at Brooks) except as approved by Trainer Development. Hardware will be pre-approved by Trainer Development and should be sufficient for the purpose and corrosion resistant. Weather-proofing will be applied to all fuselage section joints as needed. 1.8 The contractor shall secure the fuselage and the ramp in a manner as described by drawings, photographs and/or schematics provided by Trainer Development. Hardware will be pre-approved by Trainer Development and should be sufficient for the purpose and corrosion resistant 1.9 The contractor shall re-attach all internal separated HVAC and electrical equipment separated by the fuselage section separation. Lackland Civil Engineering will inspect for before closing. 1.10 The contractor shall replace and re-attach all detached and/or removed internal wall panels that were detached and/or removed for fuselage section separation. 1.11 The C-141 fuselage will be inspected for its location on the support frame, the quality of the section splicing and weather proofing, and the sufficiency of tie-downs and cradle anchoring to the support frame by Trainer Development. 2. PERSONNEL: 2.1 Contractor personnel shall present a neat appearance, and wear badges which contain the company name and employee name. 2.1 The contractor shall use whatever personnel he deems necessary for completion of the project and shall be properly licensed and insured as required by any pertinent governmental regulations and requirements. 3. PHYSICAL SECURITY: 3.1. The loads shall be adequately secured to prevent collateral damage in the event of a mishap. 3.2. The driver, vehicle and load shall be properly licensed and insured. 3.3. At Brooks City- Base, San Antonio, TX during the performance period no vehicle passes are required. 3.4. The contractor shall obtain a vehicle pass for each vehicle used on Lackland AFB Base, San Antonio, TX. during the performance period. Applications for vehicle passes can be obtained from TSgt Timothy L. Miller at 210-671-3400 or Greg James at 210-671-2164. 3.5. The contractor shall be responsible for safeguarding all government property. At the close of each work period, government facilities and materials shall be secured. 4. CONTRACT HOURS OF OPERATION: 4.1. Work Schedule Normal Hours: The contractor shall schedule the work between the hours of 7:30 AM and 4:15 PM Monday through Friday. Changes to any work hours must be coordinated through Reimo Estrada, 12MSG/TFD at 210-652-3262. 4.2. Recognized Holidays. The contractor shall not schedule work on the following days: 4.2.1. President's Day. 4.2.2. Memorial Day. 4.2.3. Independence Day. 5: SPECIFICATIONS: 5.1 The contractor shall complete the specified actions according to the dimensions, notes, and specifications agreed upon by Trainer Development within 30 calendar days from the shipment, relocation and installation. 5.2 The contractor shall provide all parts and materials equal to or as specified. 5.3 The contractor will be responsible for all dimensions and specifications and insure the fuselage will be re-assembled as required. 5.4 The contractor will consult with and obtain approval from Trainer Development prior to any deviation, substitution or change from the specifications and/or drawings. Approval will be coordinated through Reimo Estrada, C-130E Project Manager or James Cochran, C-141 Move Project Manager or their approved alternate at (210) 652-3262 and (210)652-3332 respectively between the hours of 7:00 AM and 4:00PM Monday thru Thursday. Any change, revision or addendum from the original specifications and drawings may require a re-negotiation of costs and time. 6. SPECIFIC TASKS: 6.1 The contractor will move a C-130E fuselage with cargo door and ramp excluding engines, horizontal and vertical stabilizers from Davis-Monthan AFB, Tucson, AZ (AMARC) to USAFSAM Brooks-City Base, San Antonio, TX. 6.2 The contractor shall disassemble and assemble landing gears and tires as required. 6.3 The contractor shall reassemble the Crew Main Entry Door and Cargo Door/Ramp to a functional status. 6.4 The contractor shall secure/install C-130E aircraft fuselage on site (concrete pad). 6.5 The contractor shall disassemble a C-141B fuselage and make ready for shipment. 6.6 The contractor shall make Modules Water proof for future re-installation. 6.7 The contractor will relocate a C-141B fuselage with ramp excluding engines, horizontal and vertical stabilizers from USAFSAM Brooks-City Base, San Antonio, TX. to a temporary location around 341 TRS/DOOM, Lackland AFB, San Antonio, TX. Temporary saddle supports and air conditioning unit. 6.8 The contractor will relocate the C-141B fuselage form the temporary site to a permanent site within Lackland AFB perimeter. 6.9 Trainer Development will be responsible for the support frame, support frame pads, anchors and initial leveling. 6.10 Lackland AFB's Civil Engineering will be responsible for corrosion control on site. 6.11 Lackland AFB's Civil Engineering will be responsible for external electrical and HVAC re-attachment and maintenance 6.12 In the event the contractor encounters problems that may prevent or delay the scheduled delivery, the contractor shall immediately call the C-141B Move Project Manager, James Cochran, or his approved alternate at (210)652-3332 between the hours of 7:00 AM and 4:00PM Monday thru Thursday. 7. TECHNICAL DATA: 7.1 C-130E 16ft wide, 13.5ft height with retracted landing gear, 94ft long. 7.2 Approximately weight: 80,000 Lbs. 7.3 C-141B 12ft wide, 12.5ft height, 105ft long. 7.4 Approximately weight: 90,000 Lbs. 8. INSPECTION AND ACCEPTANCE OF SERVICES: 8.1 The office having responsibility for inspection and acceptance of work is Trainer Development Flight C-130E Project Manager Reimo Estrada, or his approved alternative at (210) 652-3262. 8.1 The office having responsibility for inspection and acceptance of work is Trainer Development C-141 Move Project Manager, James Cochran, or his approved alternate at (210)652-3332 between the hours of 7:00 AM and 4:00PM Monday thru Thursday. 8.1 Performance period shall not exceed 30 calendar days from start of work. INSTALLATION SITES : USAF School of Aerospace Medicine Department of Education and Training USAFSAM/ATF 2601 Louis Bauer Drive Bld 820 Brooks-City Base, TX 78235-5130 POC: Maj. Francis Schlosser, DSN 240-2418 COMM 210-536-2818 MSgt Scott Curran, DSN 240-2463 COMM 210-536-2463 341 TRS/DOOM 1320 Truemper St Bld 9122 Lackland AFB, TX 78236 POC: TSgt Timothy L. Miller, DSN 473-3088 COMM 210-671-3400 Greg James, DSN 473-2164 COMM 210-671-3400
 
Place of Performance
Address: SEE DESCRIPTION
Zip Code: 78150
Country: UNITED STATES
 
Record
SN01243751-W 20070307/070305220423 (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.