SOLICITATION NOTICE
49 -- AERIAL WORK PLATFORMS (AWP) - Draft SOW
- Notice Date
- 9/11/2014
- Notice Type
- Presolicitation
- NAICS
- 333923
— Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, PK/PZ Tinker AFB, 3001 Staff Drive, Ste 1AG76A, Tinker AFB, Oklahoma, 73145-3015, United States
- ZIP Code
- 73145-3015
- Solicitation Number
- FA8126-15-Q-0001
- Point of Contact
- Darrell L. Hafer, Phone: 4057395819, Tony R Kyzer, Phone: 4055821834
- E-Mail Address
-
darrell.hafer@us.af.mil, tony.kyzer@tinker.af.mil
(darrell.hafer@us.af.mil, tony.kyzer@tinker.af.mil)
- Small Business Set-Aside
- N/A
- Description
- ::DRAFT::Statement of Work (SOW) Aerial Work Platforms ****FUNDS ARE NOT PRESENTLY AVAILABLE FOR THIS EFFORT. NO AWARD WILL BE MADE UNDER THIS SOLICITATION UNTIL FUNDS ARE AVAILABLE. THE GOVERNMENT RESERVES THE RIGHT TO CANCEL THIS SOLICITATION, EITHER BEFORE OR AFTER THE CLOSING DATE. IN THE EVENT THE GOVERNMENT CANCELS THE SOLICITATION, THE GOVERNMENT HAS NO OBLIGATION TO REIMBURSE AN OFFEROR FOR ANY COSTS.**** Notice Details: The Air Force Sustainment Center (AFSC/PZIMB) at Tinker AFB, OK, intends to award one firm fixed price contract for acquisition of the item(s) below. This solicitation is issued as a Request for Quote (RFQ), for a firm fixed type contract IAW FAR Part 12 - Commercial Items, and FAR 13.5 - Simplified Acquisition Procedures (SAP). The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisitions Circular 2005-76. All responsible sources may submit a quotation in response to this solicitation, which shall be considered by the agency. The Government intends to select one contractor; however, the Government reserves the right to award no contract at all depending on the quality of proposals/quotes, prices submitted, and the availability of funds. THERE IS NO COMMERCIAL CONTRACT FINANCING, PEFORMANCE BASED PAYMENTS, PROGRESS PAYMENTS, OR ANY OTHER TYPE OF CONTRACT FINANCING AVAILABLE FOR THIS AQUISITION. Requirement: The 76 Aircraft Maintenance Group (AMXG) is responsible for performing Corrosion Control (CC), paint removal and coating system applications, to the following Air Force weapon systems: KC-10, C-135, B-52, B-1, E-3, C-130, and Navy E-6. Corrosion Control tasks are performed on these aircraft in the North Dock of Building 2280 at Tinker Air Force Base, OK. Building 2280 is a Class I, Division I rated hazardous location in which many paints, solvents, and chemical paint removers are used. Five (5) Aerial Work Platforms (AWP) are required to safely transport and position personnel around the aircraft to accomplish Corrosion Control tasks. LOWEST PRICE TECHNICALLY ACCEPTABLE (LPTA) selection procedures will be used. Rating Description: Acceptable : Proposal clearly meets the minimum requirements of the solicitation. Unacceptable: Proposal does not clearly meet the specified minimum requirements of the solicitation. Site Visit: The Government expects to have a site visit during this solicitation. The site visit will be scheduled near the midpoint of the solicitation. The exact date will be posted with the official solicitation. Technical Evaluation Criteria : Subfactor 1: Aerial Work Platform Design Criteria The Government will assess the Offeror's proposed approach and design for the Aerial Work Platforms (AWP). Offerors are required to present all the information as stated in the Instructions to Offerors (ITO), FAR 52.212-1. The subfactor minimum is met when the Offeror's proposal demonstrates an adequate understanding, and thoroughly substantiates all of the following essential components with little potential for disruption of schedule, increased cost, or degradation of performance: 1. An acceptable approach for meeting all Class I, Division I, hazardous location requirements of the SOW para. 1.3.4.a. 2. An acceptable approach for operational control of the AWP which meets all requirements of the SOW para 1.3.4.b. 3. An acceptable approach for meeting corrosion resistance requirements of the SOW para 1.3.4.c. 4. An acceptable approach for meeting waterproof requirements of the SOW para 1.3.4.d. 5. An acceptable approach for meeting the minimum personnel requirements of the SOW para 1.3.4.f. 6. An acceptable approach for a collision avoidance system that meets the requirements of the SOW para 1.3.4.i 7. An acceptable approach for a limit switch identification system that meets all requirements of the SOW para 1.3.4.j. 8. An acceptable approach for meeting the shop utility requirements of the SOW para 1.3.4.k. 9. An acceptable approach for supporting chemical hoses as required in the SOW para 1.3.4.l. 10. An acceptable approach for an open platforms which meets all requirements of the SOW para 1.3.4.m. 11. An acceptable approach for remote control operation of the AWP which meets all requirements of the SOW para 1.3.4.n. 12. An acceptable approach for master remote controls which meets all requirements of the SOW para 1.3.4.o. 13. An acceptable approach design of the AWP mast which meets all requirements of the SOW para 1.3.4.r. 14. An acceptable approach for accessing all areas of the aircraft which meets all requirements of the SOW para 1.3.4.s. 15. An acceptable approach for labeling the AWP which meets all requirements of the SOW para 1.3.4.u. 16. An acceptable approach for providing COTs parts which meets all requirements of the SOW para 1.3.4.w. and 1.2.3 17. An acceptable approach for providing remote control fixtures which meets all requirements of the SOW para 1.3.4.y 18. An acceptable approach for providing removal trays which meets all requirements of the SOW para 1.3.4.z 19. An acceptable approach for providing a 55-gallon barrel fixture which meets all requirements of the SOW para 1.3.4.aa 20. An acceptable approach for providing a paper roll dispenser which meets all requirements of the SOW para 1.3.4.bb Subfactor 2: Safety Criteria The Government will assess the Offeror's proposed approach and design for the Aerial Work Platform (AWP) safety issues. Offerors are required to present all the information as stated in the Instructions to Offerors (ITO), FAR 52.212-1. The subfactor minimum is met when the Offeror's proposal demonstrates an adequate understanding and thoroughly substantiates all of the following essential components with little potential for disruption of schedule, increased cost or degradation of performance: 1. An acceptable approach for fall arrest systems which meets all requirements in the SOW para 1.3.4.g. 2. An acceptable approach for emergency egress systems which meets all requirements of the SOW para 1.3.4.h 3. An acceptable approach for an alarm notification system which meets all requirements of the SOW para 1.3.4.p. 4. An acceptable approach for limit switches which meets all requirements of the SOW para 1.3.4.q. 5. An acceptable approach for a fall protection system which meets all requirements of the SOW para 1.3.4.t 6. An acceptable approach for providing a non-slip surface which meets all requirements of the SOW para 1.3.4.v 7. An acceptable approach for providing electrical grounding which meets all requirements of the SOW para 1.3.4.x PLEASE SEE ATTACHED DRAFT SOW FOR ADDITIONAL DETAILS AND INFO.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/OCALCCC/FA8126-15-Q-0001/listing.html)
- Place of Performance
- Address: Bldg #2280, Tinker AFB, Oklahoma, 73145, United States
- Zip Code: 73145
- Record
- SN03507756-W 20140913/140912000717-268033749dbf6db413b62b8347bc8817 (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 |