SOLICITATION NOTICE
17 -- Furnish and Install Mobile Tail Enclosure
- Notice Date
- 1/28/2009
- Notice Type
- Presolicitation
- NAICS
- 238120
— Structural Steel and Precast Concrete Contractors
- Contracting Office
- Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB,, Delaware, 19902-5639, United States
- ZIP Code
- 19902-5639
- Solicitation Number
- FA4497-09-R-0004
- Archive Date
- 3/28/2009
- Point of Contact
- Luz E. Santiago, Phone: 302-677-5234
- E-Mail Address
-
luz.santiago@dover.af.mil
- Small Business Set-Aside
- Total Small Business
- Description
- DOCUMENT TYPE: Pre-solicitation Notice SOLICITATION NUMBER: F07603-09-R-0004 POSTED DATE: 28 Jan 09 ORIGINAL RESPONSE DATE: 13 Mar 09 Original Archive DATE: Current Archive Date: Classification Code: S299 NAICS Code: 238120 CONTRACTING OFFICE ADDRESS Department of the Air Force, Air Mobility Command, 436th CONS, 639 Atlantic Street, Dover AFB, DE 19902-5639 DESCRIPTION Vendor shall furnish and install all engineering, design, labor, travel, equipment, materials, training, and other items as required herein and as necessary to provide complete functioning C-5/C-17 Mobile Tail Enclosure for Dover AFB, DE. System to be provided shall be classified as equipment and will connect to hangar 714S during use. Vendor shall submit the following items in conjunction with its cost proposal: Complete description of all work and items that are proposed to be provided, including drawings, brochures or narratives which clearly describe all major items and components of the work, including materials, coatings, electrical, mechanical, fire suppression systems, equipment functionality, etc. A description of the firm's past experience and qualifications of key personnel to be used on this project, including a list of projects with similar scope including cost, size, function and supporting systems such as lighting, electrical, fire suppression, etc. A list of customer points of contact, including name and phone number, who have direct knowledge of past projects performed by vendor A sample copy of proposed material and equipment service warranties Mobile enclosure: Shall be on wheel and rail system and shall be easily towed with a maximum of one aircraft tow vehicle. Shall allow for adequate tow clearance (25 feet), whether mated to hangar or when standing alone - into/out of all hangars. Shall be able to withstand average sustained wind of 95 knots while mated to hangar or when positioned in the storage location. Shall be able to withstand temperatures as high as 110 degree F Shall be able to withstand up to 1.5-inch hailstones. Minor dents acceptable. Shall be able to withstand freezing temperatures as low as 0 degrees F. Shall be of sufficient height for aircraft to be jacked in the bay of the hangar to ensure continued work. Shall be at a minimum 110' wide x 98' high and sufficient depth to completely enclose aircraft in hangar. Shall be capable of mating up with hangar from designated storage location to locked in position with hangar within fifteen (15) minutes. Shall provide a "tight" mate-up between the hangar and the enclosure. While it may not be possible to get an air tight or water tight seal, no visible light shall come through at the point of sealing. Shall have high intensity lights to allow work to be completed at night - 50 foot candles at a minimum. Shall include removable connections between MTE and government-supplied utilities/fire suppression at a pit located approximately 5-10 feet outside the NE corner of the MTE. AFFF fire suppression system requires approximately 6-inch connection piping and fittings Compressed air for pressurizing fire suppression system requires approximately ½ inch connector piping and fittings Fire suppression system must be in compliance with either Engineering Technical Letter (ETL) 98-8 Fire Protection Engineering Criteria (Existing Facilities) or ETL 2-15 Fire Protection Engineering Criteria (New Aircraft Facilities) Fire suppression system design shall also be performed by a licensed Fire Protection Engineer. Electrical connection for MTE lighting requires 480/277 volt, three phase, 100 amp connectors (both male and female ends) Utility connections must be compatible with Dover AFB provided utility demarcation locations Shall have an exterior design which conforms to the Dover AFB Architectural Compatibility Plan, and the basic structure exterior color shall be "Eagle Feather Tan." Shall include an overhead crane rated for repetitive cycles of at least 12,000 pounds and equipped with an inching control. The inching control will enable the user to move a suspended load in 1/32" increments. There must be tail clearance for hoisting flight controls and clearance of the tail stand when mated to the aircraft.   The North American Industry Classification System (NAICS) code is 238120 with a size standard of $14 million dollars. The approximate issue date will be 12 February 2009 with an approximate response date of 12 March 2009. This solicitation is Small Business Set-Aside. Offers will be evaluated on technical, past performance and price. All responsive offers will be considered by the agency. All firms must be registered with the Central Contractor Registration (CCR) in order to receive award. Information to register can be found on the Internet at http://www.ccr.gov/ or telephone 1-888-227-2423. This solicitation will result in a firm-fixed price type contract. The entire solicitation, including the specifications, will be made available only on the Electronic Posting System (EPS) Web Site at www.fbo.gov. Go to Quick Search and enter FA4497-09-R-0004 Once the solicitation is posted, it is incumbent upon the interested parties to review this site frequently for any updates/amendments to any and all documents. All prospective offerors interested in submitting a proposal on this solicitation must have a commercial and government entity code (CAGE Code). Telephone and fax requests will not be honored. Interested parties should submit their company name, mailing address, point of contact, phone number, fax number, email address for inclusion on the official list of interested parties. Questions about this acquisition should be emailed to Luz E. Santiago, Contract Specialist, at luz.santiago@dover.af.mil 5352.201-9101 OMBUDSMAN (10 AUG 2005) (a) An ombudsman has been appointed to hear and facilitate the resolution of concerns from offerors, potential offerors, and others for this acquisition. When requested, the ombudsman will maintain strict confidentiality as to the source of the concern. The existence of the ombudsman does not affect the authority of the program manager, contracting officer, or source selection official. Further, the ombudsman does not participate in the evaluation of proposals, the source selection process, or the adjudication of protests or formal contract disputes. The ombudsman may refer the party to another official who can resolve the concern. (b) Before consulting with an ombudsman, interested parties must first address their concerns, issues, disagreements, and/or recommendations to the contracting officer for resolution. Consulting an ombudsman does not alter or postpone the timelines for any other processes (e.g., agency level bid protests, GAO bid protests, requests for debriefings, employee-employer actions, contests of OMBC A-76 competition performance decisions). (c) If resolution cannot be made by the contracting officer, concerned parties may contact the Center/MAJCOM ombudsmen, Mr. Michael R. Jackson, HQ AMC/A7K, 507 Symington Drive, Scott AFB IL 62225-5022, (618) 229-0267, fax (618) 256-6668, email: Michael.jackson@scott.af.mil.. Concerns, issues, disagreements, and recommendations that cannot be resolved at the MAJCOM/DRU level, may be brought by the concerned party for further consideration to the Air Force ombudsman, Associate Deputy Assistant Secretary (ADAS) (Contracting), SAF/AQC, 1060 Air Force Pentagon, Washington DC 20330-1060, phone number (703) 588-7004, facsimile number (703) 588-1067. (d) The ombudsman has no authority to render a decision that binds the agency. (e) Do not contact the ombudsman to request copies of the solicitation, verify offer due date, or clarify technical requirements. Such inquiries shall be directed to the Contracting Officer.   ***Disclaimer: This service is provided for convenience only and does not serve as a guarantee of Business Opportunities site for all information relevant to desired acquisitions. Primary Point of Contact Luz Santiago Contract Specialist Tel: 302-677-5234 Fax: 302-677-2309 Email: luz.santiago@dover.af.mil Pamela Alston Contracting Officer Tel: 302-677-5104 Fax: 302-677-2309 Email: pamela.alston@dover.af.mil Place of Performance Address: 639 Atlantic Street, Dover Air Force Base, Dover DE Postal Code: 19902-5639 Country: USA
- Web Link
-
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=210af4e396a01527a7ab740b347b8a50&tab=core&_cview=1)
- Record
- SN01739445-W 20090130/090128214804-210af4e396a01527a7ab740b347b8a50 (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 |