Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 25, 2017 FBO #5542
MODIFICATION

17 -- Upgrade Centralized Aircraft Support System, CASS

Notice Date
1/23/2017
 
Notice Type
Modification/Amendment
 
NAICS
333912 — Air and Gas Compressor Manufacturing
 
Contracting Office
Department of the Air Force, Air Education and Training Command, 502d Contracting Squadron, 1655 Selfridge Avenue, JBSA Lackland, Texas, 78236-5253, United States
 
ZIP Code
78236-5253
 
Solicitation Number
F3P3096347AW01
 
Archive Date
2/11/2017
 
Point of Contact
Paul J Kraus, Phone: 2106528599
 
E-Mail Address
paul.kraus.1@us.af.mil
(paul.kraus.1@us.af.mil)
 
Small Business Set-Aside
Total Small Business
 
Description
The 502d Contracting Squadron, Joint Base San Antonio (JBSA) Randolph, is conducting market research to identify potential sources that may possess the expertise, capabilities, and experience to upgrade the Centralized Aircraft Support System (CASS), located at JBSA Randolph, TX 78150. It is anticipated that a firm fixed price contract will be awarded to a Small Business Administration certified small business in one of the recognized socio-economic categories. The objective of this project is to design and construct a new above ground Central Air Start System (CASS) for T-38C Aircraft. The above ground CASS System shall upgrade the existing in ground system. The new CASS System shall be installed in T-38 shelter rows 2-7 (Total of 6 Rows), and operate with existing control panel at JBSA-Randolph-Hangar 5. The new CASS System shall meet all environmental, safety, depot, fuels, maintenance, electrical and airfield requirements/specifications. CASS System shall be designed to function as the primary J85 engine start for T-38C aircraft. The general scope of work from the draft Statement of Work is as follows: The Contractor shall provide all personnel equipment, tools, materials, transportation, and supervision required to remove the 24 Original CASS service stations. Install 24 Digitally Controlled Service Station Modules capable of Starting 2 Aircraft, but can only start one at a time. Aircraft Engine Starting Air pressure must be regulated from 125 PSI to 45 to 55 PSI capable of Delivering Low Pressure High Volume Air under load conditions through a Swivel Aircraft Start Hose Duct Assembly to include 1 Phase/120 volt/400 Cycle Electrical Cable Assembly for Aircraft Power. The service station modules should interact with the Computerized Master Control and Generators for Automatic Operation and to deliver safe and timely Service for starting Aircraft and Performing Maintenance. Each Digitally Controlled Modules should include, Air Available, Air Not Available, 400 cycle/Power Available, 400 cycle/power Not Available, Starting Air pressure Amount status indicators. The modules should be capable of Touch Screen controls for Aircraft Starting Air, On/Off, 400 cycle/power, On/Off, 60 cycle Convenience power Receptacles, On/Off and 400 cycle Single Phase Power Receptacles On/Off. System should also be equipped with an automatic air lock­out device. This needs to be a computerized program that will prevent the loss of system pressure. Program must have the capability to adjust the amount of aircraft that can be started simultaneously; system must allow the starting of one to ten aircraft. All Service Station Modules should include an Emergency Mushroom Stop/Air Switch for Fail Safe Operation (EPO). Contractor shall Provide Repair, Troubleshooting/wiring Diagrams and operational Manuals for support of the Service station Modules. Contractor shall provide construction documents including test/commissioning of CASS system for each row. The existing Computerized Master Control of the CASS System's software and hardware were developed by Rural Electric which is located in Hangar 5. The Contractor shall update the Computerized Master Control software and hardware to accommodate the new installations. The new CASS installations shall communicate with the Computerized Master Control via hardwire to match the existing CASS. All upgrades to software and hardware to new station shall accurately reflect CASS station layout and control methodology. The CASS System upgrade shall be equal or better to the overhead system existing in T-38 Shelter Row 1. CASS System shall function in the same manner as in the T-38 East Apron shelter with the existing overhead CASS System. Contractor shall provide training to all maintenance personnel for the newly installed CASS System. The North American Standard Industry Classification System (NAICS) code anticipated for this acquisition is 333912 Air and Gas Compressor Manufacturing, with a size standard of no more than 1000 employees. The Federal Supply Code is 1730, Aircraft Ground Servicing Equipment. Based on responses to this sources sought request for information, this requirement may be set aside for Small Business or procured through Full and Open competition. The estimated for this project is between $1,000,000 and $5,000,000 THIS IS NOT A SOLICITATION FOR PROPOSALS OR QUOTES; therefore, in accordance with FAR 15.201(c) any responses to this inquiry will not constitute nor will be considered as contractor offers, and no contract will be awarded as a result of this inquiry. This information will be used by the 502 CONS/JBKCA for market research purposes, only, and the submitted information will not be returned. Submitted information will be protected in accordance with DoDD 5400.11, Department of Defense Privacy Program, and DoD 5400.11-R, Department of Defense Privacy Program, and no feedback will be provided regarding submissions or the total number of submissions received. Responders are solely responsible for all expenses associated with responding to this request for information. The government is not liable for any costs incurred by interested parties in responding to this request. The Government is interested in collecting market data/information in accordance with Federal Acquisition Regulation (FAR) Part 10. The solicitation for proposals is estimated to be posted on FBO in 30 to 60 calendar days. Interested and/or potential offerors are requested and encouraged to complete the attached Market Survey/Questionnaire, to Paul Kraus at paul.kraus.1@us.af.mil. Interested sources should complete the "MARKET SURVEY/QUESTIONNAIRE", and submit their responses not later than 3:00 p.m. Central Standard Time (CST) on 27 Jan 2017. Any additional questions or comments resulting from this sources sought notification can be added to the Market Survey/Questionnaire. Questions and comments will be reviewed and considered prior to finalization of the statement of work. Contracting Office Address: 395 B Street West, Suite 2, Bldg. 224 JBSA-Randolph, TX 78150 United States Place of Performance: JBSA Randolph, TX 78150 United States Primary Point of Contact: Contracting Officer: PAUL KRAUS JON SANDERS paul.kraus.1@us.af.mil jon.sanders.2@us.af.mil Phone: 210-652-8599 Phone: 210-652-9103
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AETC/LackAFBCS/F3P3096347AW01/listing.html)
 
Place of Performance
Address: Joint Base San Antonio - Randolph, Randolph AFB, Texas, 78150, United States
Zip Code: 78150
 
Record
SN04378530-W 20170125/170123234852-2927e29962896ddc4e1e9b2033c70f84 (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.