Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 13, 2011 FBO #3549
SOURCES SOUGHT

93 -- Folding Fiberglass Mats

Notice Date
8/11/2011
 
Notice Type
Sources Sought
 
NAICS
327999 — All Other Miscellaneous Nonmetallic Mineral Product Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, ASC - Aeronautical Systems Center, 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218
 
ZIP Code
45433-7218
 
Solicitation Number
FA8630-11-R-5045
 
Point of Contact
Shonda Allen, Phone: 9376563131
 
E-Mail Address
shonda.allen@wpafb.af.mil
(shonda.allen@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
THIS IS NOT A REQUEST FOR PROPOSAL/QUOTE. Wright-Patterson Air Force Base anticipates a competitive acquisition to provide folding fiberglass mat (54'x60') rapid runway repair kits including all the necessary support hardware kits to be delivered to the 11 bases in Taiwan. Wright-Patterson Air Force Base OH anticipates a competitive acquisition to provide the following items: The fiberglass-reinforced mats defined in this specification include mats and joining panels. Mats are constructed of rigid fiberglass panels connected by flexible elastomer hinges. The rigid panels are 30 feet long by approximately 6 feet wide. Hinges are 3 inches wide by 30 feet long. Each mat has nine panels and is 30 feet long by 54 feet wide when unfolded. Mats are folded in an accordion (fanfold) fashion along the hinges for shipment and storage. The mats are nominally 0.20 inch thick, except around the perimeter which is reinforced to 0.30 inches. Anchoring holes are cut along all four edges of the mat and spaced 2 feet apart. Two or more mats may be joined together using joining panels. The Folding Fiberglass Mats (FFM) is air-transportable, can be moved easily by vehicles, can be positioned at greater distances from airfield pavement surfaces, and can be stored indoors out of the elements. The materials are rigid mats and joining panels are a fiberglass-reinforced polyester resin composite. The resin is the thermosetting polyester type, in accordance with the "Detail Specification Sheet" (MIL-DTL-32265) dated 02 Nov 2007, Section 3.2.1. Flexible hinges are a fiberglass and polyester reinforced polyurethane elastomer composite. The elastomer is a polyether-based polyurethane type, in accordance with the "Detail Specification Sheet" (MIL-DTL-32265) dated 02 Nov 2007, Section 3.2.2. Both rigid panels and hinges are made with reinforcement fiberglass constructed of a plain-weave pattern of rovings bonded to a chopped fiberglass mat, in accordance with the "Detail Specification Sheet" (MIL-DTL-32265) dated 02 Nov 2007, Section 3.2.3. Hinges are reinforced with an additional three (3) ply of polyester material, in accordance with the "Detail Specification Sheet" (MIL-DTL-32265) dated 02 Nov 2007, Section 3.2.4. Polyester Resin Requirements are rigid mats and joining panels shall be made using a polyester resin. The resin shall be the polyester, thermosetting, low-pressure, laminating type. The resin shall be styrenated and shall contain a styrene suppressant which shall not adversely affect secondary bonding or environmental stability. A catalyst may be used to achieve appropriate gel times. Note: The previous version of this specification (RRR-88-003) had 60-AA-143 resin from Erskine-Johns as an approved product. This product is no longer manufactured and Erskine Johns is part of Composites One. The following items are required for this program: 1. Folding Fiberglass Mat (FFM) Assembly, Operational • FFM (54'x60') Rapid Runway Repair kit, including all the necessary support kits, US Air Force currently equipped with compatible with the mats currently in Taiwan • 159 Ea • NSN: 5680-01-368-9032 2. Anchor Bushings (Bushing, Anchor Sleeve) • 239 Ea (239 Boxes - 75 Pieces In A Box) • NSN: 3120-01-369-5952 3. B1 Anchor Bolts (Mat Support Kit B-1) • NSN: 5340-01-371-2434 4. B-2 Anchor Bolts (Mat Support Kit B-2) • NSN: 5340-01-364-2009 5. Upper Joining Bushings (Bushing, Upper Sleeve) • 259 Ea (259 Boxes - 54 Pieces In A Box) • NSN: 3120-01-369-5950 6. DCP (Dynamic Cone Penetrometer) Gravity Density Test Instrument Kit • 22 Ea. • Dual Mass Dynamic Cone Penetrometer (DCP) measures California Bearing Ratio (CBR) and bearing values in pounds per square foot (PSF). Measures the shear strength of the soil with a CBR. • DCP Model Number K-100 M, Manufactured by: Kessler Soils Engineering Products Inc. 7. Bulk Disposable Cone • Part Number 4218.925 • Qty 220 Boxes (25 ea in a box) • NSN: 6635-01-450-9785 8. Rapid Repair Motor • NSN: 6850-01-500-6996 • Spall Repair Kits (5gal/45lb Bucket) • Description: • 7-9 minutes work time • Reaching compressive strengths of more than 3,000 PSI within 60 minutes of final set • Return to service within 2 hours • Non-shrink, dimensionally stable • Applicable over a temp range of 40 degree F/4 degree C to 120 degree F/49degree C • No secondary bonding agents needed • Water clean-up: no hazardous chemicals required for cleaning tools • Can be layered, will not produce cold joints 9. Integration Services: • Includes Program Management of the FMS Contract, Shipping Management, Training of the End Users, Provision of Technical Manuals and Training Material, etc. 10. Program Management: • Statement of Work (SOW) development • Products manufacture management and quality control • U.S. Department of State and Department of Defense export license management • Program management in the U.S. (non-Taiwan program management) • Program management in Taiwan (Taiwan program management, program management reviews in Taiwan • Coordination of shipment, delivery, inspection, and acceptance of items under the contract • Travel to bases, ports, and other locations to verify and coordinate delivery and acceptance of products and services. 11. The contractor shall perform site assessments, provide training program management. The contractor shall provide training development and coordination at the 11 TAF Air Bases which includes spall repair, DCP, and Damage Control Center (DCC) Operation Training Consisting of 16 (min) To 20 (max) students to be trained at each TAF Air Bases. 12. Training Material • Each student receives written reference material all translated in Chinese. • The materials are appropriate adapted U.S. Air Force Operational Handbook and Technical Order for RRR Operation Training. • The Contractor shall provide 10 extra copies of written reference material to the TAF for internal distribution • Includes procurement, design configuration, translation, printing, and distribution of all material to the 11 bases • Establish the standard radio systems and other necessary hardware for the damage control center at the 11 bases. • Translate update version of the U.S. Air Force Operational Handbook for RRR (Air Force Pamphlet 10-219, Vol4) and mass installation (Air Force Pamphlet 10-222, Vol 8). 13. Shipping • Includes shipping and insurance. 14. RRR Site Deployment • Delivery and insurance of all RRR Program required material and products from port to the 11 Air Bases in Taiwan. Information is being collected from all potential sources at this time. Firms responding should indicate whether they are a large business, small business, small disadvantaged business (SDB), woman-owned small business (WOSB), 8(a)-certified business, service-disabled veteran-owned small business (SDVOSB), veteran-owned small business (VOSB), or Historically Underutilized Business small business (HUBZone). The North American Industry Classification System (NAICS) code for this action is 327999. Please indicate size relative to the standard of 500. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DOD contract. No set-aside decision has been made. Note that a key factor in determining an acquisition to be a Small Business Set Aside is that small business prime contractors must perform at least 50% of the effort, as defined in Federal Acquisition Regulation (FAR) clause 52.219-14. Additionally, firms having GSA schedules should indicate their GSA schedule number in their responses. FAR 19.001, Non-manufacturer Rule is applicable to this requirement. The Non-manufacturer rule means that a contractor under a small business set-aside or 8(a) contract shall be a small business under the applicable size standard and shall provide either its own product or that of another domestic small business manufacturing or processing concern (see 13 CFR 121.406). Capabilities Package. All interested firms should submit packages that outline their capability to provide the required items. The capabilities package should be brief and concise, yet clearly demonstrate an ability to meet the stated requirements. Recent, relevant experience in all areas should be provided. Recent, relevant experience is defined as performance of the same or similar projects within the past three (3) years. If subcontracts are to be used, provide anticipated percentage of effort to be subcontracted and whether small or large businesses will be used. Teaming and/or subcontracting arrangements should be clearly delineated and previous experience in teaming must be provided. The response must not exceed 15 pages. Submit capabilities packages via e-mail to Shonda Allen at Shonda.Allen@wpafb.af.mil. This sources sought is for information and planning purposes only. It does not constitute a solicitation and is not to be construed as a commitment by the Government. RESPONSES ARE DUE NO LATER THAN 26 Aug 11.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8630-11-R-5045/listing.html)
 
Place of Performance
Address: TBD, Taiwan, Taiwan, Republic of China
 
Record
SN02530991-W 20110813/110811235901-92b111201868fb610f25555bc958de4f (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.