Indiana Bids > Bid Detail

Tail Maintenance Stands, KC-135

Agency:
Level of Government: Federal
Category:
  • 49 - Maintenance and Repair Shop Equipment
Opps ID: NBD00159688452344787
Posted Date: Nov 21, 2023
Due Date: Dec 18, 2023
Source: https://sam.gov/opp/ca3585aecc...
Follow
Tail Maintenance Stands, KC-135
Active
Contract Opportunity
Notice ID
F5D2043300A001
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE AIR FORCE
Major Command
AIR FORCE RESERVE COMMAND
Office
FA4654 434 CONF LGC
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-05:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Nov 21, 2023 01:23 pm EST
  • Original Response Date: Dec 18, 2023 12:00 pm EST
  • Inactive Policy: Manual
  • Original Inactive Date: Dec 31, 2023
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 4920 - AIRCRAFT MAINTENANCE AND REPAIR SHOP SPECIALIZED EQUIPMENT
  • NAICS Code:
    • 332312 - Fabricated Structural Metal Manufacturing
  • Place of Performance:
    Grissom ARB , IN 46971
    USA
Description

Tail Maintenance Stands, KC-135, (1) One each



DISCLAIMER: THIS IS A SOURCES SOUGHT NOTICE ONLY. THIS SYNOPSIS IS NOT A REQUEST FOR QUOTE, PROPOSAL, OR BID. This notice is not a solicitation as defined by FAR 2.101, therefore it shall not be construed as a commitment by the Government to enter into a contract, nor does it restrict the Government to an acquisition approach. All information contained in this Request for Information (RFI) is preliminary as well as subject to amendment and is in no way binding on the Government. Information submitted in response to this notice is voluntary; the Government will not pay for information requested nor will it compensate any respondent for any cost incurred in developing information provided to the Government. The Government is requesting that restrictive or proprietary markings not be used in response to this notice. If a solicitation is released, it will be synopsized in the Federal Contract Opportunities website or GSA. It is the responsibility of the interested parties to monitor these sites for additional information pertaining to this RFI.



If your organization has the potential capacity to perform these contract services, please provide the following information: Organization name, address, telephone number, point of contact & email. SAM Unique Entity Identification (UEI) number. Federal Supply Schedule #, if applicable. Business size for NAICS: 332312 (SDVOSB, VOSB, WOSB, SB, Other, etc..). Web site address (if applicable). Narrative that describes capabilities. Any certification(s) for consideration. The results of this market research will contribute to determining the method of procurement. The applicable North American Industry Classification System (NAICS) code assigned to this procurement is 332312 with a small business size standard max of 500 employees. The government will evaluate market information to ascertain potential market capacity to provide products or services consistent in scope and scale with those described in this notice and otherwise anticipated. BASED ON THE RESPONSES TO THIS SOURCES SOUGHT NOTICE/MARKET RESEARCH, THIS REQUIREMENT MAY BE SET-ASIDE FOR SMALL BUSINESSES, SOLE SOURCED, OR PROCURED THROUGH FULL AND OPEN COMPETITION.



1. GENERAL: The 434th Maintenance Squadron located on Grissom ARB, IN requires one (1) tail safety platform for KC-135 periodic inspections.



2. MINIMUM SPECIFICATIONS: The safety platforms must (at a minimum) comply with the following salient characteristics:



2.1. BODY CONSTRUCTION



2.1.1 Aluminum Frame components



2.1.2 Modular design to allow for ease of transportation, assembly and installation.



2.1.3 Heavy-duty casters with Brakes and Swivel Locks



2.1.4 Aluminum deck surfaces



2.1.5 Aluminum handrails



2.1.6 Removable parts secured with quick connect t-pins or latches



2.2. SAFETY



2.2.1 Safety compliant adjustable stairs will provide access to the deck surface.



2.2.2 Rubber bumpers to reduce the risk of bumping & damaging the aircraft.



2.2.3 Safety handrails with coating resistant to corrosion from weather and chemicals



2.2.4 Slip resistant deck flooring



2.3. TAIL STAND DIMENSIONS



2.3.1 Width 50ft



2.3.2 Length 35ft



2.3.3 Height 37ft



2.4. KEY FEATURES



2.4.1 Adjustable 24in jack screws for tail stand decks



2.4.2 Adjustable deck sliders with rubber bumpers that extend to securely fit around contours of aircraft



2.4.3 One-year warranty



2.4.4 Chemical, corrosion, and abrasion resistant.



3. SPECIFICS:



3.1. Shipping and Transport for trailers must be included in the quotation.



3.1.1. Contractor shall deliver to Grissom ARB, IN 46971



4.0 SUBMISSION OF QUESTIONS Questions: All questions must be received by November 24th, 2023. All questions submitted for this solicitation must be electronically sent to the following email address: [Jarred.Gentile.1@us.af.mil]. Questions received after the stated date and time, may be addressed at the discretion of the Contracting Officer.



5.0 SUBMISSION OF QUOTATION Quote Submission: The contractors shall submit complete emailed electronic copy portable document format (.pdf). a. complete manufacturer's product specifications b. Bill of Materials c. product literature d. warranty. e. Self-certifying statement confirming ability to meet project deadlines f. price quote with separate line for each CLIN g. Bill of Materials with subtotals and tagged per CLIN Submissions can be sent in multiple emails to avoid computer system email size limitation, to [Jarred.Gentile.1@us.af.mil]. Quotes submitted by any other method will not be considered. All proprietary information shall be clearly marked. The use of hyperlinks in quotes is prohibited. Late quotes will not be accepted for evaluation. The contractor is responsible for confirming the Government's receipt of the contractor's quote.


Attachments/Links
Contact Information
Contracting Office Address
  • ADMINISTRATIVE ONLY NO REQUISITIONS 448 MUSTANG AVE
  • GRISSOM ARB , IN 46971-5000
  • USA
Primary Point of Contact
Secondary Point of Contact


History
  • Nov 21, 2023 01:23 pm ESTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >