Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF FEBRUARY 20, 2014 FBO #4471
MODIFICATION

42 -- Heavy Lift Kit for Rescue Operations

Notice Date
2/18/2014
 
Notice Type
Modification/Amendment
 
NAICS
326299 — All Other Rubber Product Manufacturing
 
Contracting Office
ACC-APG - Natick (SPS), ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street, Natick, MA 01760-5011
 
ZIP Code
01760-5011
 
Solicitation Number
W911QY14R0018
 
Response Due
2/26/2014
 
Archive Date
4/19/2014
 
Point of Contact
Peter Wallace, 508 233 6139
 
E-Mail Address
ACC-APG - Natick (SPS)
(peter.wallace@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The solicitation number is W911QY-14-R-0018 and is issued as a Request for Proposal (RFP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular FAC 2005-72, effective December 31, 2013. This will be a full and open competition to provide Commercial Heavy Lift Kits for rescue operations, modified if necessary by the contractor to meet the Government's requirements, and which conforms to the salient characteristics described below. The applicable North American Industry Classification System (NAICS) code for this acquisition is 326299 -- All Other Rubber Product Manufacturing. The small business size standard is 500 employees. The Government anticipates a single award but reserves the right to make no award, if in the best interest of the Government. Any contract awarded as a result of this solicitation will be a Firm Fixed Price Contract awarded using Simplified Acquisition Procedures in accordance with FAR 12 and under the Test Program for Certain Commercial Items in accordance with (IAW) FAR 13.5. The Attachments listed in this solicitation may be downloaded from the ASFI website: https://acquisition.army.mil/asfi. The Government intends to award a contract WITHOUT DISCUSSIONS with Offerors, but reserves the right to conduct discussions if determined to be necessary in the best interests of the Government. Therefore, the offeror's initial proposal should contain the offeror's best terms from a price and technical standpoint. 2. 0 DESCRIPTION OF REQUIREMENT, SALIENT CHARACTERISTICS, AND STATEMENT OF WORK: This solicitation is for the provision of all labor and expertise necessary to provide the following: 2.1.. CLIN 1001 - Delivery of design for a Heavy Lift Kit for Rescue Operations to meet the performance and operating parameters in paragraph 2.5 below. The contractor shall also host a Government Design Review, to be conducted at the contractor's facility, to review the design. Technical Data to be provided is as follows: a.Product Drawings and Specifications (CDRL A0001) b.Test Plan (CDRL A0002) 2.2. CLIN 2001 Delivery of two (2) Heavy Lift Kit systems in accordance with the approved design. Each system shall be complete (including, but not limited to: bag(s), tank(s), hoses and controls and operator instructions), capable of two (2) lifts of at least 45,000 lbs each, to the proposed lift height. 2.2.1. The first system shall be tested by the contractor and observed by the Government in accordance with the contractor's approved test plan (CDRL A002). At a minimum, testing shall include the following: a. Storage Temperature testing -40F to 140F in accordance with MILSTD 810G (or modified procedures, if necessary). b. Operational Altitude, to 18000 ft MSL in accordance with MILSTD 810G (or modified procedures, if necessary) c. Operating Pressure d. Ultimate Burst Strength ( test to destruction) 2.2.2. The second system shall be delivered to the Government and include a contractor conducted operational demonstration in ambient conditions, to include unpacking, setup, lifting a 45,000 lb load, and repacking. This system will also be utilized for Government conducted user evaluation. Technical Data to be provided is as follows: a. Test Report (CDRL A0003) b. Operating Instructions (CDRL A0004) 2.3. CLIN 3001 - If necessary, the contractor shall incorporate any additional design changes based on results of the technical testing and user evaluations in order to satisfy the performance parameters, and deliver one (1) final Heavy Lift Kit system with operating and maintenance instructions, and conduct an operational demonstration as described in 2.2.2 above and in accordance the contractor's approved test plan (CDRL A0002). Technical Data to be provided is as follows: a. Product Drawing and Specifications (CDRL A0001) b. Test Report (CDRL A0003) 2.4. CLIN 4001 - The contractor shall deliver 50 heavy lift systems fabricated to the final accepted design resulting from 2.1. or 2.3. above. Technical Data to be provided is as follows: a. Operating Instructions (CDRL A0004) 2.5. Salient characteristics and Objective performance parameters for the Heavy Lift Kit for Rescue Operations, in relative order of importance: a. Objective target dimensions: less than 3000 cubic inches inclusive of all components (bag (s), gas cylinder, hoses, controls, etc), in an ergonomic (low profile) configuration. b. Objective Weight: 30 lbs or less c. Capable of being carried by a single person. d. Lift capacity: 45,000 lbs. e. Objective Lift distance : 25 inches f. Provide adequate pressure capacity for two (2) lifts of 45,000 lbs to the proposed lift distance in a single tank charge g. Capable of being set up and employed in under 3 minutes. h. Capable of 30 ft standoff distance to control increase/decrease load height i. Capable of operating after exposure to -40F to 140F temperatures j. Operational at altitudes up to 18,000 ft MSL k. Maximum operating pressure of 27 psi. Lower pressures are desired. j. Capable of operation when exposed to various hazards such as aircraft/vehicle wreckage k. Able to withstand puncture/fire hazards during operation To access the full Solicitation W911QY-14-R-0018 and its attachments, click on the Additional Documentation link on this page. Vendors are cautioned to submit proposals in strict accordance with the instructions contained in paragraph 4.0 of the solicitation and to submit Questions or Request for Information in accordance with the instructions contained within paragraph 5.0 of the Solicitation.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8d37be91ed56b7ac1b711ae680375396)
 
Place of Performance
Address: ACC-APG - Natick (SPS) ATTN: AMSRD-ACC-N, Natick Contracting Division (R and BaseOPS), Building 1, Kansas Street Natick MA
Zip Code: 01760-5011
 
Record
SN03290238-W 20140220/140218234302-8d37be91ed56b7ac1b711ae680375396 (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.