Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 03, 2011 FBO #3417
SOURCES SOUGHT

49 -- Parachute Descent Trainer maintenance or repair

Notice Date
4/1/2011
 
Notice Type
Sources Sought
 
NAICS
451110 — Sporting Goods Stores
 
Contracting Office
Department of the Air Force, Air Education and Training Command, Tyndall AFB Contracting Squadron, 501 Illinois Ave, Ste 5, Bldg 647, Tyndall AFB, Florida, 32403-5526
 
ZIP Code
32403-5526
 
Solicitation Number
F1XTD21069A001
 
Archive Date
4/21/2011
 
Point of Contact
Qytravious M. Mumphery, Phone: 8502833648
 
E-Mail Address
qytravious.mumphery@tyndall.af.mil
(qytravious.mumphery@tyndall.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
1.0. DESCRIPTION OF WORK. The contractor shall provide all management, tools, supplies, equipment, and labor necessary to demo, repair, and install elements to the Parachute Descent Trainer located at NAS Pensacola, FL as identified in section 1.1.1. The objective of the zip line is to simulate the decent rate of approximately 18-22 feet per second, the decent rate of parachutes used with ejection seats. The contractor shall also replace three electric hoists with associated training attachments. The objective of the hoists is to simulate a rescue devise used to extract personnel from the water utilizing a helicopter as the rescue platform. 1.1. BASIC WORK. The contractor shall inspect all elements of the Pensacola NAS basin training devices (Descent trainer/Hoists) and perform any maintenance or repair necessary to meet safety standards. Warranty will be provided for maintenance and parts. Specific repairs needed are identified in 1.1.1. The contractor shall comply with all local, state, and Federal rules and procedures to include all applicable environmental laws. 1.1.1. Designated elements: Description/Outline: Perform maintenance and repairs to include all management, tools, supplies, equipment, and labor required to: 1. Demo 2 existing zip line cables and pulley external trolley systems. 2. Install new 3/16" stainless steel (S/S) cable for trolley & return loop, approximately 600ft in length. Cable shall be 3/16", Standard Wire Core (SWC) 7x19, 304 S/S wire rope with a minimum breaking strength of 3,500 lbs, ISO SD117 or DIN QS9000. 3. Install new 1/2" S/S cable for zip line, approximately 570ft in length. Cable shall be 1/2", SWC 6x25, 302/304 S/S wire rope with a minimum breaking strength of 22,800 lbs and attached by an approved method as dictated by industry standards for a project of this magnitude and complexity, ISO SD117 or DIN QS9000. 4. Install new anchors to replace all existing anchors. All anchors shall have non-destructive pull testing performed following installation. 5. Provide and install new S/S turn buckles to match existing size for 3/16" cable tensioning. Small cable tensioning should be as tight as possible while still allowing the system to function properly. S/S turn buckles shall match existing size for 1/2" cable tensioning. Turn buckles shall be installed so that cables may be tightened in the future; turn buckles shall allow for the maximum amount of necessary tightening in the future. 6. Fabricate and install 4 new brackets for cable at top and bottom of trolley. Each bracket to consist of one 10" pulley and one 2 ½" pulley. Bracket and pulley shall be made of stainless steel (S/S). 7. Install new 3/4" S/S nut eyebolts for 1/2" cable, two at top and two at bottom. Nut eyebolts at bottom of trolley shall be epoxy embedded. Nut eyebolts at top shall be thru-bolted. 9. All pulleys shall have internally sealed bearings. 10. Fabricate and install all new pulleys to replace existing. Contractor shall reuse current or fabricate new parachute ring hanging harness system. (i.e. metal ring attached to trolley that students hang from) 11. Install safety stopping system for trolleys so that trolleys do not violently contact turn buckles or anchors. 12. The required pull out strength of the anchor bolts shall be commensurate with the requirements of the rest of the project and in accordance with the industry standard for a project of this magnitude and complexity. 13. Contractor shall provide a detailed pre-operating maintenance checklist for SERE (Survival Escape Resistance Evasion) instructors to utilize prior to operating the zip line. 14. Remove and replace all existing electric hoists (3) with like items to include all cables, pulleys and guides. 15. Contractor will replace "automatic kill switches" that stop the hoist when cable travel is approaching the working limits of the hoist cable length. 16. Safe working loads for cables shall not be exceeded. Cables shall be tensioned to safe working loads. 17. All materials used for this project shall meet or exceed ANSI and OSHA standards for personnel fall protection.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/TynAFBCS/F1XTD21069A001/listing.html)
 
Place of Performance
Address: Det2, 66 TRS, 55 Radford Blvd Suite C, Pensacola, Florida, 32508, United States
Zip Code: 32508
 
Record
SN02415621-W 20110403/110401235011-aa1a028cd349c803064da3dbec2e2036 (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.