Virginia Bids > Bid Detail

Multi-Hoist Winch System & Air Caster System

Agency: NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Level of Government: Federal
Category:
  • 39 - Materials Handling Equipment
Opps ID: NBD00159052272703698
Posted Date: Mar 22, 2024
Due Date: Apr 2, 2024
Solicitation No: 80LARC858109Q
Source: https://sam.gov/opp/411b53292b...
Follow
Multi-Hoist Winch System & Air Caster System
Active
Contract Opportunity
Notice ID
80LARC858109Q
Related Notice
Department/Ind. Agency
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Sub-tier
NATIONAL AERONAUTICS AND SPACE ADMINISTRATION
Office
NASA LANGLEY RESEARCH CENTER
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 View Changes
  • Contract Opportunity Type: Combined Synopsis/Solicitation (Updated)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Updated Published Date: Mar 22, 2024 08:38 am EDT
  • Original Published Date: Feb 20, 2024 05:47 pm EST
  • Updated Date Offers Due: Apr 02, 2024 04:30 pm EDT
  • Original Date Offers Due: Apr 02, 2024 04:30 pm EDT
  • Inactive Policy: Manual
  • Updated Inactive Date: Apr 03, 2024
  • Original Inactive Date: Apr 03, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside: Total Small Business Set-Aside (FAR 19.5)
  • Product Service Code: 3950 - WINCHES, HOISTS, CRANES, AND DERRICKS
  • NAICS Code:
    • 333923 - Overhead Traveling Crane, Hoist, and Monorail System Manufacturing
  • Place of Performance:
    Hampton , VA 23681
    USA
Description View Changes

AMENDMENT NO. 03



This notice constitutes AMENDMENT NO. 03 to the combined synopsis/solicitation for Multi-Hoist Winch System & Air Caster System 80LARC858109Q. Offerors shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued.



The purpose of this amendment is to provide responses to Offeror questions through the provision of Attachment E, as well as update the SOW and Figures.





The following SOW sections and specifications are updated:



60k lbs. Capacity Winch:



4.1. 60k lbs. Capacity Winch.



4.1.1. Fleet Angle Distance.



4.1.2. Grooved Drum.



4.1.4. VFD Control System.



4.1.11. Winch Cable.



4.1.14. Two-Part Reeving.



4.1.15. 60k lbs. Capacity Sheaves with Axles.



4.1.16. 120k lbs. Capacity Synthetic Rope.



4.1.19. Interface Hole Pattern and Outer Mold Line Dimensions.



4.1.20. Minimum Duty Cycle.



30k lbs. Capacity Winches:



4.2. 30k lbs. Capacity Winches.



4.2.4. VFD Control Systems.



4.2.10. Winch Cables.



4.2.15. Interface Hole Pattern and Outer Mold Line Dimensions.



4.2.16. Minimum Duty Cycle.



350k lbs. Capacity Air Caster System



4.3. 350k lbs. Capacity Air Caster System.



4.3.1. Power Drive.



4.3.4. Control Console.



4.3.5. Air Hoses.



4.3.6. Spare Air Caster Load Modules.



Other



5.0. Summary of Deliverables.



6.0. Documentation.



Removed from SOW



Removed - 120k lbs. Capacity Sheave with Base Mount.



Removed - Conduit and Wiring.





The following Figures are updated:



Figure 6: Initial Vertical Lift of the Lander at the Gantry (Side View)



Figure 7: Lander shown at Peak Pullback for Impact Dynamics Test at the Gantry (Side View)



Figure 8: Lander shown at Peak Pullback for Impact Dynamics Test at the Gantry (Perspective View)



Figure 9: Upper and Lower Platform Installation on Gantry Center Bent



Figure 10: Upper Platform Design (Approx. 100ft long x 15ft wide x 6ft high)



Figure 11: Upper Platform Design (Top & Side View)



Figure 12: Lower Platform Design (Approx. 4ft wide x 15ft long & Approx. 3k lbs.)



Figure 13: Ground Tower Design (Approx. 11ft wide x 23ft long x 30ft tall)



Figure 16: Impact Barrier Design



Figure 20: Impact Barrier to Air Bearing Interface Control Document





Accordingly, Attachments A and B are updated. Please refer to the attachments for a complete copy of the updates.



The due date for receipt of Offers is not extended.



Companies shall provide the information stated in the synopsis/solicitation.



(End of Amendment No. 03)





AMENDMENT NO. 02



This notice constitutes AMENDMENT NO. 02 to the combined synopsis/solicitation for Multi-Hoist Winch System & Air Caster System 80LARC858109Q. Offerors shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued.



The purpose of this amendment is to update the following SOW sections and specifications:



60k lbs. Capacity Winch:



4.1.1. Fleet Angle Distance. The design of the winch shall accommodate a minimum Fleet Angle Distance of 68-feet and a single wrap drum with 160-feet of active cable travel plus 4 dead wraps to remain on the drum. Fleet angle shall not exceed 2.0 degrees. Total cable length to be at least 310-feet.



4.1.2. Grooved Drum. The design of the winch shall have a grooved drum sized for a single layer cable wrap with 160-foot active cable travel plus the 4 dead wraps.



4.1.12. Winch Cable. The Contractor shall provide a winch cable specifically designed for the 60k lbs. capacity winch, with a length of at least 310 feet.



4.1.14. Snatch Block. The Contractor shall equip the 60k lbs. capacity winch with a snatch block with a minimum capacity of 120k lbs., complete with sheave and swivel hook (not a swivel shackle) with a safety latch, for easy lifting sling attachment and removal.



4.1.15. Two-Part Reeving. The 60k lbs. capacity winch shall be designed to be installed with a two-part reeving system with the dead-end securely anchored to the Gantry Center Bent Platform. Utilizing the two-part reeving, the system shall provide 80-feet of vertical travel for the snatch block at a capacity of 120k lbs. The Contractor shall not be responsible for providing the dead-end anchor and mount holes for the base mount hardware for the running sheave and the dead-ended sheave on the Upper Platform on top of the Gantry Center Bent. The sheaves with base mounts will allow for a minimum fleet angle distance of 68 feet.



4.1.16. 60k lbs. Capacity Sheaves with Base Mounts. The Contractor shall equip the 60k lbs. capacity winch with a running sheave (60k lbs. Capacity) and a dead-ended sheave (60k lbs. Capacity) with base mounts to enable a two-part reeving system with the dead-end securely anchored to the Gantry Center Bent Platform. Utilizing the two-part reeving, the system shall provide 80-feet of vertical travel for the snatch block at a capacity of 120k lbs. Each sheave and base mount shall have a minimum capacity of 60k lbs. The Contractor shall not be responsible for providing the dead-end anchor and mounting holes for the base mount hardware for the running sheave and the dead-ended sheave on the Upper Platform on top of the Gantry Center Bent. The sheaves with base mounts will allow for a minimum fleet angle distance of 68 feet.



4.1.17. 120k lbs. Capacity Sheave with Base Mount. The Contractor shall supply a sheave complete with a base mount designed to support a high load capacity synthetic rope. The equipment is essential for securely anchoring the Lander’s swing cable to the Upper Platform situated atop the Gantry Center Bent. The provided sheave and base mount shall support a minimum load capacity of 120k lbs. The size of the sheave and base mount shall be compatible with the synthetic rope. The synthetic rope intended for use typically measures 2-3/4 inches in diameter, indicating the size requirement for the sheave system.



4.1.18. 120k lbs. Capacity Synthetic Rope. The Contractor shall supply a high-capacity synthetic rope constructed with a 12-strand design and made from Ultra-High Modulus Polyethylene (UHMPE). This rope shall be engineered to maintain a 5:1 safety factor, with a Vertical Working Load Limit (WLL) of no less than 120k lbs. Typically, these ropes have a diameter of 2-3/4 inches. The rope shall be 160-foot length and is designated for anchoring the Lander’s swing harness to the Upper Platform atop the Gantry Center Bent. The rope shall be fashioned into an eye-and-eye lifting sling, complete with splice-terminated eyes at each end for robust attachment points. Furthermore, the rope shall undergo load testing and be supplied with a load test certificate, ensuring its reliability and adherence to the specified safety factor.



30k lbs. Capacity Winches:



4.2.1. Fleet Angle Distance. The design of the winch shall accommodate a minimum Fleet Angle Distance of 24 feet and a drum with 90-feet of active cable travel plus 4 dead wraps to remain on the drum. Fleet angle shall not exceed 2.0 degrees . Total cable length to be at least 160-feet .



4.2.2. Grooved Drum. The design of the winch shall have a grooved drum sized for a single wrap cable with a 90-foot active travel plus the 4 dead wraps.



4.2.11. Winch Cables. The Contractor shall provide winch cables (one for each of the three 30k lbs. capacity winches) specifically designed for the 30k lbs. capacity winches, with a length of at least 160 feet.



4.2.15. Cable Pressure Bar. The design of the 30k lbs. capacity winches shall incorporate a cable pressure bar to guarantee even distribution of the cable across the winch drum’s width during winding and to sustain appropriate cable tension.



Accordinlgy, Attachment A has been updated. Please refer to the attachment for a complete copy of the updated SOW.



The due date for receipt of Offers is not extended.



Companies shall provide the information stated in the synopsis/solicitation.



(End of Amendment No. 02)





AMENDMENT NO. 01



This notice constitutes AMENDMENT NO. 01 to the combined synopsis/solicitation for Multi-Hoist Winch System & Air Caster System 80LARC858109Q. Offerors shall acknowledge all amendment(s) in their quote. This notice serves as the official amendment to subject synopsis/solicitation and a written amendment will not be issued.



The purpose of this amendment is to establish a second site visit date of 07 MAR 2024 at 1100am EST. Interested Offerors are welcome to attend either site visit date. The schedule for site vist is amended as follows:



(a) Schedule for site visit:



VISIT A:



Date: Thursday 07 MAR 2024



Time: 11:00am EST



Location: NASA Langley Research Center



Building 1297 (Gantry Facility)



Conference Room 203



4 West Bush Road



Hampton, VA 23681



VISIT B:



Date: Friday 08 MAR 2024



Time: 11:00am EST



Location: NASA Langley Research Center



Building 1297 (Gantry Facility)



Conference Room 203



4 West Bush Road



Hampton, VA 23681



The due date for receipt of Offeror reqeust to attend the site visit is not extended.



The due date for receipt of Offers is not extended.



Companies shall provide the information stated in the synopsis/solicitation.



(End of Amendment No. 01)





This notice is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; offers are being requested and a written solicitation will not be issued.



This notice is being issued as a Request for Quotation (RFQ) under solicitation number 80LARC858109Q for delivery of a multi-hoist system and an air caster system in accordance with specifications provided within the attached statement of work (SOW). A summary of the required deliverables includes various winches, air caster system, power drives, cables, sheaves, controls, snatch block, certificates of conformance, and full mechanical and electrical drawings in imperial units. This is only a summary. Please reference the SOW by attachment for a complete listing of the required deliverables.





The following dates and times represent firm deadlines under this solicitation:



(a) 27 FEB 2024 at 4:30pm EST – Deadline for offeror request to attend the site visit



(b) 15 MAR 2024 at 4:30pm EST – Deadline for offeror questions



(c) 02 APR 2024 at 4:30pm EST – Deadline for submission of quotations





The provisions and clauses in the RFQ are those in effect through FAC 2024-2.





This acquisition is a 100% total small business set-aside.





The NAICS Code and Size Standard are 333923 and 1,250 employees, respectively. The offeror shall state in their offer their size status for this acquisition.





Notice to SBA qualified Nonmanufacturers and Wholesale Suppliers: This is a Nonmanufacturer Rule (NMR) Qualifying NAICS under FAR 19.505(c). No SBA waivers apply to this solicitation waving the NMR. Accordingly, Offerors are required to provide end products from manufacturers certified as small business concerns under the NAICS.





All responsible sources may submit an offer which shall be considered by the agency.





Delivery to NASA Langley Research Center, Hampton VA is required by November 1, 2024, after receipt of order. Delivery shall be free on board (FOB) Destination. The selected Offeror shall work with the End-user Technical Representative (TR) for delivery point specifics after award.





Offers for the items(s) described above must include, solicitation number, FOB destination to this NASA Center, proposed delivery schedule, discount/payment terms, warranty duration, taxpayer identification number (TIN), identification of any special commercial terms, and be signed by an authorized company representative. Offerors are encouraged to use the Standard Form 1449, Solicitation/Contract/Order for Commercial Items form found at URL:





https://www.gsa.gov/forms-library/solicitationcontractorder-commercial-items





The following clauses and provisions are incorporated; full text of the clauses and provisions may be accessed electronically at:





FAR - https://www.acquisition.gov/browse/index/far





NFS - https://www.hq.nasa.gov/office/procurement/regs/NFS.pdf





Offerors shall provide the information required by FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023) which is incorporated by reference. Addenda to FAR 52.212-1 are as follows: 52.204-7.





If the end product(s) offered is other than domestic end product(s) as defined in the clause 52.225-1 entitled "Buy American Act -- Supplies," the offeror shall so state and shall list the country of origin.





The Government will award a contract resulting from this solicitation to the responsible offeror whose offer conforming to the solicitation will be most advantageous to the Government, price and other factors considered. The following factors shall be used to evaluate offers:





(i) Technical capability of the item(s) offered to meet the Government requirement *(f)



(ii) Price



(iii) Delivery





At a minimum, quotations shall include the following:





(a) Price for each separate deliverable



(b) Delivery FOB Destination to NASA Langley Research Center



(c) Lead time



(d) Overall Total Price



(e) Quotations shall remain valid for 30 days unless otherwise expressly stated in the quotation



*(f) Adequate product literature or other information to allow the Government to determine technical merit





FAR 52.212-4, Contract Terms and Conditions-Commercial Items, (NOV 2023) is applicable. Addenda to FAR 52.212-4 are as follows: 52.202-1, 52.204-19, 52.233-2, 52.242-13, 52.246-2.





FAR 52.212-5, Contract Terms and Conditions Required To Implement Statutes or Executive Orders-Commercial Items, (DEC 2023) is applicable and the following identified clauses are incorporated by reference: 52.203-6, 52.219-14, 52.219-33, 52.219-6 Alt I, 52.219-8, 52.222-19, 52.222-50, 52.223-18, 52.225-1, 52.232-33.





NASA Clause 1852.215-84, Ombudsman, is applicable. The Center Ombudsman for this acquisition can be found at:





https://www.hq.nasa.gov/office/procurement/regs/Procurement-Ombuds-Comp-Advocate-Listing.pdf





Additional NFS and Center specific clauses and provisions are added by attachment.





This posting, in addition to any attached documents, will be available on www.Sam.gov. Potential offerors will be responsible for downloading their own copy of this combination synopsis/solicitation and amendments.





NASA intends to make the Gantry facility available for offeror site visit as indicated below:





(a) Schedule for site visit:





Date: Friday 08 MAR 2024



Time: 11:00am EST



Location: NASA Langley Research Center



Building 1297 (Gantry Facility)



4 West Bush Road



Hampton, VA 23681





(b) Attendance at the site visit is recommended; however, attendance is neither required nor a prerequisite for quote submission and consideration for award.





(c) Interested Offerors shall submit their request to attend the site visit by Tuesday 27 FEB 2024 at 4:30pm EST. The request shall be submitted by email to Michael Devine at michael.p.devine@nasa.gov with copy to Deborah Ford at deborah.l.ford@nasa.gov and Octavia Hicks at Octavia.l.hicks@nasa.gov . The subject of the email MUST read “Solicitation # Site Visit”. The following information shall be provided for each attendee:





(i) Full first & last name (legal name as reflected on valid gov't issued pictured ID only)



(ii) Affiliation (Company, University, Self)



(iii) Affirmation that attendee is a U.S. Citizen



(iv) Email address





(d) Additional Center specific visitor instructions are added by attachment.





All contractual and technical questions must be submitted electronically via email to Michael Devine at michael.p.devine@nasa.gov no later than Friday 15 MAR 2024 at 4:30pm EST. Telephone questions will not be accepted. Official answers to questions will be posted to the solicitation at Sam.gov.





Responses to this combined synopsis/solicitation must be received via email to Michael Devine at michael.p.devine@nasa.gov no later than 4:30pm EST on Tuesday 02 APR 2024. Interested vendors MUST include the solicitation number in the subject line of their emailed quote in order to be considered for award.





The Government is not responsible for any failure attributable to the transmission or receipt of documents submitted using electronic means, including the missing of any established deadlines.





Failure to submit a complete electronic quotation by the due date and time specified for this RFQ shall result in the quotation being considered late, and shall be handled in accordance with FAR 52.212-1, Instructions to Offerors-Commercial Items (SEP 2023).


Attachments/Links
Contact Information
Contracting Office Address
  • HAMPTON VA 23681-2199
  • HAMPTON , VA 23681
  • USA
Primary Point of Contact
Secondary Point of Contact


History

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 >