Federal Bid

Last Updated on 01 Sep 2010 at 8 PM
Sources Sought
Location Unknown

Guardian Angel Technical Recovery

Solicitation ID FA8629-08-R-2355A
Posted Date 09 Apr 2008 at 8 PM
Archive Date 01 Sep 2010 at 5 AM
NAICS Category
Product Service Code
Set Aside No Set-Aside Used
Contracting Office Aflcmc/Pk - Wpafb (Includes Pz, Wl, Ww, Wi, Wn, Wk, Lp, Wf, Wk)
Agency Department Of Defense
Location United states
1. The Aeronautical Systems Center (ASC) is soliciting additional information for Request for Information (RFI) No. FA8629-08-R-2355 (Guardian Angel Technical Recovery System) issued on 21 November 2007. The original request sought relevant information regarding technical data required to kit and standardize three (3) separate technical recovery kits, confined space (CS), and light and heavy Rapid Extraction Deployment System (REDS) kits. Attached are the components of the three (3) kits. 2. This Guardian Angel Technical Recovery System procurement is part of the larger United States Air Force Guardian Angel (GA) program which is formulated to support DOD Combat Search and Rescue (CSAR). This RFI modification is issued solely for informational purposes, and therefore does not constitute a solicitation or commit the government to award a contract now or in the future. Submitting information for this RFI modification is voluntary and participants will not be compensated. 3. This additional market research is being conducted to determine if the items listed below: a) already exist as commercial items; and if not, b) could be modified to meet the end-user’s requirements at no development cost to the Government; and/or c) would require substantial development work to modify current commercial items, and would therefore be beyond the scope of this effort d) would all be available within 30 – 60 days after contract award as part of the complete effort 4. General characteristics for the items listed below were included in the original RFI. Because of the unique nature of the end-user’s requirement, we request that respondents to this RFI modification describe their specific ability to provide items that meet and/or exceed the following thresholds (T) and objectives (O). These items would be included as part of the standardized kits listed above, and are not to be construed as a standalone requirement. A. The Light REDS Kit Cutter/Spreader Tool -- shall not exceed 27.5 inches in length to allow maximum flexibility in confined spaces. (T) or shall be 25 inches or less. (O) -- shall be able to operate manually via pump handle. (T). or shall be able to operate manually via handle, foot-pump attachment, or through external hydraulic power with single port hydraulic connector. (O) -- shall have forward hand-guard (T) or the forward hand-guard shall be able to rotate and lock along the horizontal axis to allow maximum flexibility in confined spaces. (O) -- shall have an LED light (O) B. The Heavy REDS Kit Cutter/Spreader Tool -- shall not exceed 31 lbs. (T) or shall not exceed 25 lbs. (O) -- shall not exceed 31.5 inches in length to allow maximum flexibility in confined spaces (T) or shall be 25 inches or less in length (O) -- shall be able to operate through external hydraulic power with single port hydraulic connector. (T) or shall be able to operate manually via handle, foot-pump attachment, or through external hydraulic power with single port hydraulic connector. (O) -- IF the Heavy REDS Kit Cutter/Spreader Tool is operated manually via hand pump, THEN the tool shall maximize one-man operation in a space no bigger than the opening width of the jaw. (O) -- shall have a forward hand-guard. (T) or the forward hand-guard shall be able to rotate and lock along the horizontal axis to allow maximum flexibility in confined spaces (O) C. The Hydraulic Generator -- shall be gas powered. (T) or shall be operable with gas, Diesel, and JP8 (O) -- shall not exceed 31 lbs. (T) or 25 lbs. (O) -- shall have the ability to generate power required to efficiently operate one hydraulic cutter/spreader tool. (T) or operate two hydraulic cutter/spreader tools simultaneously. (O) D. The Heavy REDS Kit Lift Bag Air-Pump and air pump hose -- shall weigh a maximum of 17 lbs. (T) or shall weigh 14 lbs or less. (O) E. Sensors -- All sensors shall have a minimum of four hour battery life duration. (T) or 12 hour battery life duration (O) -- The Human detection sensor shall be capable of detecting signs of human life in a collapsed structure/confined space through 20 feet of concrete rubble (T) or through 30 feet of concrete rubble. (O) -- Structural collapse sensor system shall be able to be placed within the interior or exterior of a building or structure to monitor structural integrity and provide a structural failure alert to the operator. (T) -- Structural collapse sensor system shall be able to analyze and report potential structural failure (i.e. immediate collapse potential, collapse potential, unlikely to collapse) with at least 70 percent performance reliability. (O) F. The PPE suit -- shall be disposable, tear and puncture resistant, protect at least up to the neck and weigh no more than 5 lbs. (T) and be a breathable garment. (O) -- shall come in small, medium, large, x-large sizes. (T) or with adjustable size fit to accommodate all airmen. (O) 5. The offeror shall describe his approach to training the end user on the elements of each kit. This description shall include size of classes, experience of the trainers, and type of training offered for the more complex items. Training should include, but not be limited to, the ability to safely setup, operate and maintain kit components, (including troubleshooting). Training may be conducted either at the contractor’s facility or at a site designated by the end user. Training shall be designed and/or adapted specifically to meet Air Force Specialty Code (AFSC) 1T2X1 (Pararescue) requirements. 6. Two (2) paper copies should be submitted as set forth in paragraph 7. Paper copies must be clearly labeled “Proprietary/Competition Sensitive Information” on the cover sheets and on each applicable page. Proprietary/Competition sensitive information will be protected from disclosure. E-mail copies of the paper submittal will be accepted. Responses should be no more than 10 pages in length. 7. Responses shall be received no later than April 17, 2008. Paper/e-mail submittals should be sent to 670 AESS/PK, Attn: Devin D. Banks, Capt, USAF (Com: 937-255-9921, e-mail: [email protected]), Bldg 46, 1895 Fifth Street, WPAFB OH 45433-7200. Any technical questions should be directed to Ms. Andrea Williams, (Com: 937-255-0922, e-mail: [email protected]).
Bid Protests Not Available

Similar Past Bids

Location Unknown 14 May 2007 at 4 AM
Davis West virginia 28 Aug 2019 at 10 PM
San antonio Texas 14 Feb 2022 at 5 AM
San antonio Texas 21 Mar 2023 at 4 AM
Location Unknown 09 Apr 2008 at 1 PM

Similar Opportunities

Madison Wisconsin 07 Aug 2025 at 4 AM
Pennsylvania 16 Jul 2025 at 7 PM
Colorado 12 Jul 2025 at 4 AM (estimated)
Colorado 12 Jul 2025 at 4 AM (estimated)
California 16 Jul 2025 at 12 AM