Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF NOVEMBER 09, 2018 FBO #6195
SPECIAL NOTICE

W -- INTENT TO SOLE SOURCE - Shoring Load Cell Rental

Notice Date
11/7/2018
 
Notice Type
Special Notice
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Department of the Air Force, Air Combat Command, 355 CONS, 3180 S Craycroft Rd, Davis Monthan AFB, Arizona, 85707-3522
 
ZIP Code
85707-3522
 
Solicitation Number
FA487719Q0070
 
Archive Date
11/20/2018
 
Point of Contact
Breysi Stephens, Phone: 5202283598, Rachelle L Jenkins, Phone: 5202283095
 
E-Mail Address
breysi.stephens@us.af.mil, rachelle.jenkins.3@us.af.mil
(breysi.stephens@us.af.mil, rachelle.jenkins.3@us.af.mil)
 
Small Business Set-Aside
N/A
 
Description
The 355th Contracting Squadron intends to issue a sole-source procurement action with Jackson Aircraft Weighing Systems, LLC for the procurement of the following items: The Contractor shall lease two sets of T-1A Shoring Load Cell System (P/N) M2400-12-10CS and deliver to the 309th Aerospace Maintenance and Regeneration Group (AMARG) located on Davis-Monthan Air Force Base, Arizona for a period of 6 months. This requirement is conducted in accordance with the authority under FAR Part 13.5, as supplemented with additional information included in this notice. This is a notice of intent to award a sole source procurement action based on only one source being available. Jackson Aircraft Weighing Systems, LLC is the original equipment manufacturer (OEM) of the required T-1A Shoring Load Cell System and have no distributors. This equipment must be utilized to accomplish immediate repair of damaged aircraft. It is the Government's belief Jackson Aircraft Weighing Systems is the only known source who can lease these custom manufactured units to connect to the T-1A Shoring Structure. Proposed shoring load cell system must comply with T-1A Shoring Structure interface in accordance with L-3 Drawing No: TN000002-702.r-c and TN000002-703.r-d; and meet the following specifications: 1. A wireless scale system for T1 Jayhawk shoring applications that has 12 points with various weights up to 5000 lbs. 2. A shoring interface to meet the design factors for the T1 Jayhawk shoring structure. 3. Interface to multiple points with aerospace specification shoring points, shoring retention and point of force. 4. Each cell to be calibrated specifically to mate and match the T1 Jayhawk shoring points as well as aircraft specific points. 5. Jack adapters to be supplied that meets the interface requirements of the facility jacks to mount on 3ea aircraft jacks. 6. Each point to be read wireless on a laptop computer, all points to read out simultaneously. 7. Shoring points to be summed to a total weight for each station number of the shoring. 8. Software to provide main screen readout of all points, visual MAP mode reading showing all points using live tiles, subtotals of all combined shoring points, summed total for total weight, full print capability on standard 8.5 x 11 paper using existing printers on site. 9. As weighed file retention capability on-board the laptop, email capable as well as flash memory capable. 10. Software to include a secondary scale system using shoring cell components to read the finished T1 weight. 11. Laptop included with all software capable of running any of the supplied systems for any sets group of cells. 12. Remote online live interface support for real time modifications and or programming. 13. Laptop primary and secondary with all software included, full calibration traceable to NIST standard. 14. Kits to be delivered identified as single units with all components packaged for transport and use to shore one T1 Jayhawk. 15. Kits to be capable of being used for any shoring system of the group and identified with shoring locations and point weights. 16. Cells to be capable of being compensated for shoring weight, operated to obtain weights and adjustments, turned off and back on at any time. 17. Cells powered by AA batteries, no lithium, no transport restrictions for hazmat. Laptop power via power supply and on-board battery. 18. Batteries must be field replaceable with no effect on the system, its calibration or the individual cells calibration. 19. Kit may not be interfered with by outside radiation, signals, radar or RF generated in or around an airfield or military airbase. On-board spectrum analyzer capable of determining the matrix of RF or signals and capable of selecting additional channels for transmission. The applicable North American Industry Classification Standard Code for this requirement is 333997. All responsible sources may submit an interest letter that demonstrates your firm's technical expertise, certifications and ability to compete for this acquisition and meet the technical standards and delivery schedule to support mission need. Interested parties must provide supported rationale as to why they should be considered. All references to engineering drawing are provided for general information, drawings are not available for release. All interested firms must respond to this notice by Wednesday, 14 November 2018 at 2:00pm EST via email to rachelle.jenkins.3@us.af.mil and breysi.stephens@us.af.mil. Information received will be considered solely for the purpose of determining whether to conduct a competitive procurement. Responses received will be evaluated; however, a determination by the Government not to compete the proposed procurement based upon responses to this notice is solely within the discretion of the Government. Questions regarding the content of this notice can be directed to the Contracting Officer at (520) 228-3598 or via email at: breysi.stephens@us.af.mil The 355th Contracting Office will not reimburse for any costs connected with providing the capability information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/ACC/355CONS/FA487719Q0070/listing.html)
 
Place of Performance
Address: 4860 S. SUPERIOR AVE - BLDG 7328, TUCSON, Arizona, 85707, United States
Zip Code: 85707
 
Record
SN05145644-W 20181109/181107230510-9b0e5296b976fb81e3185a1accefa25c (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  © 1994-2020, Loren Data Corp.