SOURCES SOUGHT
16 -- Portable Aircraft Wash Rack
- Notice Date
- 6/23/2022 7:01:14 AM
- Notice Type
- Sources Sought
- NAICS
- 423830
— Industrial Machinery and Equipment Merchant Wholesalers
- Contracting Office
- AVIATION LOGISTICS CENTER (ALC)(00038) Elizabeth City NC 27909 USA
- ZIP Code
- 27909
- Solicitation Number
- 70Z03822IL0000004
- Response Due
- 7/15/2022 1:00:00 PM
- Point of Contact
- Lisa A. Daum, Phone: 2523345410
- E-Mail Address
-
lisa.a.daum@uscg.mil
(lisa.a.daum@uscg.mil)
- Description
- BACKGROUND: The United States Coast Guard Medium Range Surveillance (MRS) and Long Range Surveillance (LRS) product lines are unable to perform multiple functions associated with aircraft and engine wash task without exhausting an extensive amount of labor hours due to environmental factors. Upon arrival at Aviation Logistics Center, the aircraft require airframe and engine washes to not only provide a clean surface to perform detailed inspections and enable the preservation of critical components, but also to ensure harsh contaminates are removed to decrease the chemical reaction with the exposed metallic surfaces. USCG MRS and LRS currently have three different types of airframes and four different aircraft engine types that the proposed solution will have to accommodate. The four different aircraft types are HC-144, C27J, C130J, and C130H and are uniquely equipped to perform all USCG missions that include maritime response, maritime prevention, maritime security operations, defense operations and search and rescue. The original equipment manufacturer for each aircraft is as follows: HC-144 is manufactured by CASA - Airbus Military. Powered by two General Electric CT7-9C3. C27J is manufactured by Leonardo Powered by two Rolls-Royce AE2100D2. C130H is manufactured by Lockheed Martin Powered by four Rolls-Royce T56-15A. C130J is manufactured by Lockheed Martin Powered by four Rolls-Royce AE2100D3. PURPOSE: The United States Coast Guard (USCG) is issuing this request for information (RFI) for market research purposes to identify sources that can provide a portable Aircraft Wash Rack. The portable wash rack shall be capable of providing the space to safely perform an aircraft wash of the aforementioned aircraft; HC-144, C27J, C130 along with the applicable engines. The aircraft portable wash rack system the USCG is requesting shall include the following: Portable containment system capable of collecting all the wash water generated from the aircraft wash, engine wash, or any applicable aircraft component washed on the system Integrated walls to assist in the containment of the wash water without inhibiting the ability to move the aircraft on and off the structure Independent aircraft wash system with at least the ability to simultaneously utilize 2 independent spray wands with the ability to adjust pressures and cleaning solution ratios Pumping system to pump the used wash water from the containment system into an external collection tank for transporting off site The wash system must have the ability to filter and deionize the water to levels at or below 100 ppm of solid residuals with a PH within 6 to 8 from a municipal water source. The nozzle flow requirement to ensure proper washing should be at a minimum of 30 liters/minute (8 GPM) of water at no less than 1.75-12.25 bar (25-175 psi) of pressure at the nozzle. The water supplied by the wash system shall be heated and regulated between 120 degrees F and 140 degrees F. If the system design allows for continually reuse the wash water from the containment system, it must have the ability to deionize and filter the water to 100 ppm of solid residuals in dilution, and provide water with a PH between 6 and 8 prior to wash application. The minimum dimensions the USCG has calculated for the containment system for washing the aforementioned aircraft are within Attachment 1. USCG requires the use of 2 ramps with minimum dimensions of 10 feet x 40 feet to enter and exit the containment system. The main body of the containment system will have to provide a minimum dimension of 32 feet x 80 feet and the forward area will have to have a minimum dimension of 16 feet x 40 feet. The minimum requirements on Attachment 1 contain 176 feet of wall for overspray containment. It is extremely important to meet the minimum dimensions required for this system but it is not a requirement to wash a complete aircraft. The was containment system will require the suitable equipment to effectively perform turbine engine wash capable of washing the General Electric CT7-9C3, Rolls-Royce AE2100D2, Rolls-Royce AE2100D3, and Rolls-Royce T56-15A turboshaft engines. If any ancillary items needed to wash the aforementioned turbine engines, they too shall be included in the reply. The RFI shall also include any supplies, support equipment, installation requirements, and other services applicable to this Sources Sought. The applicable North American Industry Classification System (NAICS) code assigned to this procurement may be 423830. Disclaimer: There is no solicitation at this time. This RFI is not a request for proposals; submission of any information in response to this request is purely voluntary; the Government will not pay for any costs incurred nor is obligated to respond. All submissions become Government property and will not be returned.� After reviewing RFI responses to this RFI, and if the USCG still plans to proceed with the acquisition, a solicitation announcement may be published on the Contract Opportunities (formerly FedBizOpps) website or distributed to contract holders if a strategically-sourced vehicle is deemed appropriate. It is the responsibility of the interested parties to monitor the Contract Opportunities website. Failure to respond or submit sufficiently detailed information may result in a company not being considered a likely offeror when making a decision on whether or how to set aside a solicitation for restricted competition. Regardless of the information submitted, the Government reserves the right to consider any arrangement as determined appropriate for this requirement. No proprietary, classified, confidential, or sensitive information should be included in your response to this RFI. The Government reserves the right to use any information provided by respondents for any purpose determined necessary and legally appropriate, including using technical information provided by respondents in any resultant solicitation. � Request: If your organization has the capability to provide portable aircraft wash rack systems, please provide the following information: Organization name Address Website Point of contact name Point of contact email address Point of contact telephone number Socioeconomic status Unique Entity Identifier What information and/or resources would you typically need from the government to perform this effort? Does your company currently have existing government-wide acquisition contracts (GWAC) (e.g. GSA) or other strategically sourced contracts for these types of requirements that the USCG can order off? If yes, please provide contract number, what agency it is with, and agency point of contact information. What type of contract (e.g. firm-fixed-price, cost-reimbursement, etc.) have you been issued before for this type of work? Do you recommend one type or a perhaps a hybrid (i.e. a contract that allows several types)? Provide any general comments, thoughts, and feedback your company would like to share regarding this RFI. Submission Instructions: Interested parties are invited to submit a response to the above questions by July 1, 2022. Responses shall be emailed to John.H.Krebs@uscg.mil with 70Z03822IL0000004 Sources Sought Response"" inserted in the subject line of the email.� TELEPHONE RESPONSES WILL NOT BE ACCEPTED. Responses must be received no later than 15 July, 2022 at 16:00 hours (4:00 PM EST). The Government believes the applicable NAICS code is 423830. All responses and questions regarding this RFI must be emailed to: John �Hank� Krebs, Jr., Equipment Specialist Email: John.H.Krebs@uscg.mil Phone: 252-384-7177 Cell: 252-339-6292
- Web Link
-
SAM.gov Permalink
(https://sam.gov/opp/60b514254b474b63843d9b9aee181f43/view)
- Place of Performance
- Address: Elizabeth City, NC 27909, USA
- Zip Code: 27909
- Country: USA
- Zip Code: 27909
- Record
- SN06367850-F 20220625/220623230127 (samdaily.us)
- Source
-
SAM.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's SAM Daily Index Page |