The unit emphasises that this is not a request for proposal. This is a request for information only and all information received will be for planning purposes only. It does not constitute a Request for Proposal nor is it to be construed as a commitment by the Government. The Contracting Officer does not intend to award a contract on the basis of your responses nor otherwise pay for the preparation of any information presented or the use of any such information.

Interested parties capable of providing the described services and equipment are invited to submit a Statement of Capability and Rough Order of Magnitude (ROM).

Deadline: 28 March 2006, 15:00 CST.

Contact: Dale Helsley, dale.helsley@tinker.af.mil. A paper copy is optional, and can be mailed to the following address: 72CONS/PKC, Attn:     Dale Helsley, 7858 5th Street, Suite 1, Tinker AFB, OK 73145. Phone (405) 739-3625, Fax (405) 739-7423

Reference number: FA8101-06-RFI-0002

Section 1.     Hoists:

Contractor shall provide:

a.       Sixteen (16) each, 10 ton capacity electric wire rope hoists.

–       double-reeved with 4/2 arrangement

–       true vertical lift

–       low-profile (31″ between top side of lower rail and load eye center)

–       able to enter thrust frame at 1.5″ higher than minimum entry height without exceeding hoist safe height limit regardless of dimensions of hoist delivered.

b.       Hoist shall be rated for CMAA class D service.

c.       Hoist shall be capable of being hung from an articulated trolley.

d.       Hoist provided shall provide 25′ lift height, @ 4 & 25 fpm.

e.       Wire rope shall be minimum IWRC grade, rated to be capable of a proof load of 150% of hoist rating.

f.       Hoist shall be equipped with a multiple disc mechanical load brake.

g.       Electric load brake shall be equipped with transient voltage suppressors to prevent coil failure.

h.       Hoist operating voltage shall be 460 volts AC, 60 Hz. nominal 3 phase single speed windings with class ?F? insulation.

i.       Hoist motor shall be rated for inverter duty.

j.       All motor circuit wiring shall use shielded cable specifically designed for inverter service.

k.       Install 3% input reactor on hoist VFD inputs.

l.       The hoist shall be equipped with a position output shaft and position limit switch mounting area suitable for attachment of an existing position transducer. (such as GEMCO 2006-402-L)

Section 2.     Variable Frequency Drive (VFD):

Contractor shall ensure that:

a.       The VFD rating shall be sized appropriately for driving the new hoist.

b.       The VFD shall be designed specifically for use with overhead lifting applications.

c.       The VFD shall be by Power Electronics International Inc, or equal.

d.       The VFD shall be capable of providing 300% overcurrent to the output load, for additional starting torque, without damage to the VFD.

e.       The VFD shall have a maximum rated operating temperature of no less than 60?C.

Section 3.     General:

Contractor shall:

a.       Ensure that installed hoists shall be capable of lifting each adapter frame currently tested in B3234 from its stand, to the build-up floor or F101 intermediate stand, lowering the frame onto the engine, lifting the engine and conveying it into the thrust frame in the cell, and then reversing the process to unload it from the cell and back to the trailer.

b.       Provide full service and maintenance manuals, including model number and original manufacturer’s name and contact information.

c.       Provide full parts list with part id numbers and complete illustrated parts breakdown.

d.       Ensure all external fasteners are safety wired or mechanically locked using flex-lock, nylon inserts, or where not feasible, thread locking compound.

e.       Ensure that, unless geometrically unfeasible or detrimental to function of the hoist, all bolts have a minimum of three (3) threads showing through nut.

Section 4.     Integration:

Contractor shall:

a.       Be fully capable of integrating the new hoists with the existing Alan Bradley control system electronics, and of modifying the existing PLC program to retain current functionality after completion of work.

b.       Increase facility breaker rating, if required, to handle additional hoist capacity, IAW NEC requirements.

Section 5.     Phasing/Proof of Concept:

a.       Purchase, install and integrate equipment for one (1) hoist train, and demonstrate full functionality, prior to purchasing the balance of the equipment for the remaining seven hoist trains.    

b.       The government reserves the right to award either one (1) or eight hoist trains (two hoists, one VFD, and all appurtenances and labor required to make a fully functional hoist train) based on the outcome of the demonstration assembly.

All proprietary information should be marked as such. No discussions will be conducted telephonically. Concerns from potential sources during this market research phase of this acquisition should communicate with the Contracting Officer, Dale Helsley .      

Submissions are limited to 15 pages and should be pertinent and specific in the technical areas under consideration, as listed above.     Please also include the following:

–       Contractor’s name, mailing address, telephone number(s), fax number(s), email address, DUNS number, CAGE code, and business size (i.e. small, small disadvantage, 8(a), woman-owned, HBCU/MI, veteran-owned, service disabled veteran-owned, or large business).    

–       Experience: Provide an outline of previous projects that contain a thorough discussion of their understanding of the issues relating to the major technical services listed above.     Include a summary of similar corporate experiences obtained within the last five years together with contract numbers and applicable government technical points of contact with current telephone numbers.     Relevant past performance consists of requirements of the same or similar size, scope and complexity.

Statements of Capability must address how the contractor (and team members or subcontractors) would perform all of the functions listed above.