Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 05, 2007 FBO #1956
SOLICITATION NOTICE

17 -- 15 & 16 TON PNEUMATIC LIFTING BAGS

Notice Date
4/3/2007
 
Notice Type
Solicitation Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities 235 Byron St,, Warner Robins, GA, 31098-1611, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
FA8532-07-R-12139
 
Response Due
5/17/2007
 
Archive Date
9/30/2007
 
Description
Item 0001: NSN: 5120-01-285-5785, 26 Ton Pneumatic Lifting Bag, Part Number 9315-010, is a device which lifts crippled aircraft from terrain where it is impractical or impossible to use standard aircraft jacks. The basic requirement is 1-25 each with four additional option periods of 1-60 each. Pneumatic Module: Height (5 Module Stack) 120 inches Height (1 Module) 24 inches Width 80 inches Length 100 inches Weight (5 Module Stack) 415 pounds Weight (1 Module) 83 pounds Weight (Shipping) 750 pounds Operating Temperature Range -20 to +120?F Storage Temperature Range -60 to +160?F Inflation Pressure 7 psi Relief Valve Actuation Pressure 9 to 10 psi Proof Pressure 10 psi Hose Assembly Length 49 to 51 feet Protective Pad: Length 112 inches Width 92 inches Thickness ? inch Item 0002: NSN: 5120-01-284-2611, 15 Ton Pneumatic Lifting Bag, Part Number 9314-010, is a device which lifts crippled aircraft from terrain where it is impractical or impossible to use standard aircraft jacks. The basic requirement is 1-20 each with four additional option periods of 1-20 each. Pneumatic Module: Height (5 Module Stack) 120 inches Height (1 Module) 24 inches Width 70 inches Length 80 inches Weight (5 Module Stack) 312 pounds Weight (1 Module) 62.5 pounds Weight (Shipping) 650 pounds Operating Temperature Range -20 to +120?F Storage Temperature Range -60 to +160?F Inflation Pressure 7 psi Relief Valve Actuation Pressure 9 to 10 psi Proof Pressure 10 psi Hose Assembly Length 49 to 51 feet Protective Pad: Length 82 inches Width 76 inches Thickness ? inch One each First Articles (FA) will be required per NSN from any source that has not provided the exact item to the Air Force during the last 48 months. First articles will be destroyed during contractor test. Delivery is required 300 calendar days after contract for FA test report and 250 calendar days for production units after approval of FA test or exercise of option whatever is latest. Multiple shipping locations are involved. The approximate RFP issue date will be 18 April 2007_ with an approximate response date of 17 May 2007 Electronic procedures will be used for this solicitation. RFP will be posted at www.fedbizopps.gov. No telephone requests and no hard copies will be mailed out. Only written or faxed requests received directly from the requestor will be acceptable. Only businesses that have been certified by the Department of Defense, United States/Canada Joint Certification Office, and have a valid requirement may have a copy of the solicitation document. All requests for copies of the solicitation document must include a certified copy of DD Form 2345, Militarily Critical Technical Data Agreement. To obtain certification, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800)-352-3572. The DLIS Unites States/Canada Joint Certification Lookup service is available via the Internet at: http://www.dlis.dla.mil/ccal/. The extent of foreign participation has not yet been determined. MOU country sources must contact the Contracting Officer within 15 calendar days of the date of this synopsis notice to receive a copy of the solicitation at the time it is initially issued. Issuance of the RFP will not be delayed to review requests from MOU country sources received after 15 days or from non-MOU country sources. Nothing in this notice contradicts other restrictions, identified in the synopsis notice or solicitation, regarding eligible sources (e.g., if this is a small-business set-aside, foreign sources may not participate as potential prime contractors but could, if otherwise eligible, participate as subcontractors). Technical data (manufacturing drawing packages) are available and must be obtained at the FEDTEDS webpage (https://www.fedteds.gov/). All vendors are required to register via FEDTEDS for an account in order to access the technical data. For vendor assistance or problems with the FEDTEDS webpage contact (866)-618-5988 or mailto:cscassig@ogden.disa.mil. All questions regarding the RFP and/or the data packages must be submitted in writing to Sonia.Lizotte@robins.af.mil with copy to Kathy.Canady@robins.af.mil. NO TELEPHONIC QUESTIONS. All questions and answers will be uploaded to www.fedbizopps.gov; however, the identity of the potential offeror will not be included. Offerors are encouraged to register to receive notification for solicitation and all amendments/revisions and to check the FEDBIZOPPS site prior to submission of proposal. Offers will be evaluated based on past performance and price. The Performance Information Retrieval System-Statistical Reporting (PPIRS-SR) program will be utilized in the evaluation of past performance. OFFERORS ARE STRONLY ENCOURAGED TO REVIEW THEIR DATA FOR ACCURACY AS SOON AS POSSIBLE. Evaluation may also include input from the cognizant DCMA Administrative Contracting Officer/Industrial Specialist and/or thru conduct of Pre-Award Survey. All responsible sources solicited may submit a proposal which shall be considered. See Notes 8, and 26 and local note ?F?.
 
Record
SN01265125-W 20070405/070403222855 (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.