Wrap-Around Aircraft Maintenance Platforms
N68335-19-R-0045 Wrap-Around Aircraft Maintenance Platforms for the VH-92A Presidential Helicopter program DISCLAIMER THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT... N68335-19-R-0045 Wrap-Around Aircraft Maintenance Platforms for the VH-92A Presidential Helicopter program DISCLAIMER THIS REQUEST FOR INFORMATION (RFI) IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY. INTRODUCTION This is a Request for Information/Sources Sought notice to solicit comments, questions and feedback from industry regarding a planned procurement for the Wrap-Around Aircraft Maintenance Platforms for the VH-92A Presidential Helicopter program. Interested parties may submit technical literature/brochures on their products or solutions that meet the requirements as set forth in the basic requirements list included herein. Rough Order of Magnitude pricing is also requested for planning purposes. Any other relevant information may also be submitted for consideration, to aid in refinement of this requirement. THIS RFI IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible vendors capable of providing the Wrap-Around Aircraft Maintenance Platforms described herein prior to determining the method of acquisition and issuance of a Request for Proposal. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. ELIGIBILITY The PSC for this requirement 1730; the NAICS is 332312 with a size standard of 500 employees All interested businesses are encouraged to respond. REQUIREMENTS 1.0 SCOPE Statement of Work for VH-92A Maintenance Platforms 2.0 SCOPE This Statement of Work (SOW) is for the procurement of Wrap-Around Aircraft Maintenance Platforms for the VH-92A Presidential Helicopter program. 1. This procurement is for the purchase and tasks associated with the production and delivery of 3 sets of Wrap-Around Aircraft Maintenance Platforms. 2. 2 sets of Wrap-Around Aircraft Maintenance Platforms in the base year and 1 additional set in the option year for a total of three (3) sets of Wrap-Around Aircraft Maintenance Platforms. 3.0 APPLICABLE DOCUMENTS a) MIL-STD-130N - Identification Marking of U.S. Military Property 4.0 REQUIREMENTS 3.1 General The contractor shall provide materials and services as required to manufacture, deliver, assemble, and deliver a commercial technical manual for, a set of maintenance platforms that meet the following requirements: Salient Characteristics - Manufactured from lightweight aluminum - Design load equal to or greater than 40 lb/sqft - Working platform edges contoured to conform to VH-92A aircraft fuselage - Working platform accessed via integral stair system - Floor platform and stair access stairs coated with rugged anti-skid material to prevent slipping - Working platform and stair access surrounded by protective railing - Working platform edges protected from marring aircraft surfaces by rubber or similar material - Heavy duty swivel wheels that will allow the stands to be easily positioned close to the aircraft - Easily positioned adjacent to the aircraft no more than two (2) maintainers - Electrical (110v) and pneumatic power connections available on all working surfaces - Electrical system incorporates EMERGENCY SHUT-OFF switch, GFI (ground fault interrupter) and all UL approved components - Integral shelving for storage of fairings and/or components when removed from the aircraft to facilitate maintenance - Easily provide access to maintenance significant areas on the upper portion of the aircraft including but not limited to the Swashplate, Rotor-head, blade/cuff rotor-head interface, Engine, Auxiliary Power Unit (APU), Tail-rotor, Tail-rotor gearbox, windscreen and Tail rotor drive shaft The contractor shall meet the following requirements upon delivery of the maintenance platforms: - Perform an inspection of all delivered units for damage or condition not meeting the design specifications - Perform an inventory of all parts and assemblies and provide a remedy to address any discrepancies - Assemble all delivered platforms - Provide any tooling required to assemble the platforms - Inform the government of the type and capability of any lifting devices, such as fork lifts and cranes, needed at the delivery site to facilitate assembly of the platforms The contractor shall provide a digital copy (MS Office compatible) of a commercial technical manual IAW (CDRL A001), which at a minimum shall include: - Front Matter (Cover or title page, table of contents, and safety precautions) - Introduction - Preparation for Use and Installation - Theory of Operation (Principle of operation) - Operating Instructions - Maintenance Instructions (preventative and corrective maintenance procedures) - Preparation for Shipment - Storage - Illustrated Parts Breakdown (entire end item, sub-assemblies and components) - Operational and Maintenance Illustrations (where applicable) - Troubleshooting Procedures - Overhaul Instructions (as applicable) 3.2 Quality Assurance The Contractor shall have in place a production quality assurance (QA) system like or similar to ISO 9001. This QA system shall be able to ensure that manufactured configuration items are built to print, functional, and reliably made IAW controlling technical drawings, specifications and standards. Each item manufactured as part of this contract shall have passed a Government final inspection prior to DD-250. 3.3 Government Inspection and Acceptance Defense Contract Management Agency (DCMA) shall oversee Inspection & Acceptance at origin. 3.4 Item Unique Identification (IUID) Marking of US Military Property In accordance with DFARS Clause 252.211-7003 Item Identification and valuation, the Contractor is required to mark and register all end items and their components meeting the requirements called out in MIL-STD-130N. These include components for which the Governments unit acquisition cost is $5,000 or greater, or any component, subassembly or embedded part that is serially managed, mission essential or a controlled inventory item. 3.4.1 Construct and Method Details on creating the UID and the marking method are contained in MIL-STD-130N. The UID shall be UID Construct #2. 3.4.2 UID Location and Marking The locations and marking methods selected should bear no impact on the performance of the part and minimal configuration change(s) to the part. The UID (including 2D Matrix) should be incorporated onto the data plate in accordance with Drawing 3909AS9999 Rev B (Identification Plate/UID Markings). If the 2D matrix can't be incorporated onto the data plate, a 2D matrix sticker can be applied onto the main data plate provided it can be done without covering any critical data. If the above cannot be accomplished, a separate data plate can be attached which contains the 2D Matrix plus the human readable characters for the Part Number, Serial Number and CAGE. This added data plate should be attached in close proximity to the main data plate. 3.4.3 Permanency and Legibility The UID marking and identification plates, tags, or labels when used on equipment, parts, assemblies, subassemblies, units, sets, or groups shall be permanent during the normal life expectancy of the item and be capable of withstanding the environmental test and cleaning procedures specified for the item. Legibility shall be as required for ready readability as per MIL-STD-130N. 3.4.4 UID Registration The prime Contractor has the responsibility to furnish Item Unique Identification (IUID) data to the IUID registry. Data submission of IUID data and acquisition cost should be via Wide Area Work Flow (WAWF), IUID XML file, IUID flat file or web entry. Additional information regarding data submission as well as the actual marking can be found at < https://www.acq.osd.mil/dpap/pdi/uid/index.html />. 3.4.5 Records The Contractor shall maintain an accurate, current list of UIDs for all manufactured items on this contract and supply to the Government upon request. The list shall include P/N, Serial #, CAGE, UID Location, Construct used, how it was marked and the registration method used. 3.5 Packaging, Preservation and Shipping Packaging and preservation for shipping shall be IAW best commercial practices for long term preservation. Shipments shall be packaged and transported (FOB Destination) via safe, secure, reliable, and traceable means of transportation and provide protection from normal climatic/weather conditions and incidental mishandling during shipping to prevent any damage or loss during shipment. All exterior shipping containers/packaging shall at a minimum be marked with the following information: Part Number, Nomenclature, Quantity, Serial number(s), Contract Number, National Stock Number (if assigned), Manufacturer's Name, Address, and CAGE Code. There are no Friday deliveries. 4.0 OPTIONS The Government intends to purchase the maintenance platforms over a two (2) calendar year period: 2 maintenance platforms in 2019, one in 2020. The maximum quantity required is 3.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »