SOLICITATION NOTICE
15 -- Twin Engine Helicopter
- Notice Date
- 2/7/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
- ZIP Code
- 20537
- Solicitation Number
- DEA-02-R-0011
- Response Due
- 3/12/2002
- Archive Date
- 3/27/2002
- Point of Contact
- Herbert Sterling, Contract Specialist, Phone 202-307-7812, Fax 202-307-4877, - Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877,
- E-Mail Address
-
hsterling@dialup.usdoj.gov, jeickenhorst@dialup.usdoj.gov
- Description
- The Drug Enforcement Administration (DEA), Office of Aviation Operations, has a requirement for twin turbine powered light utility helicopters. The twin turbine powered light utility helicopter will be employed as a multi-role airborne platform in both foreign and domestic areas. As part of the resultant contract, the contractor shall be responsible for FAA certification, pilot and mechanic training, and maintenance under warranty and engineering changes. The helicopter performance/design requirements shall include, but are not limited to the following: Range: 300 nautical miles (NM) with 30 minutes reserve. Speed: Cruise speed 140 KIAS as a minimum at altitude. Service Ceiling: 14,000 feet minimum based on optimum helicopter performance and 5,000 feet minimum with single engine at maximum gross weight at standard atmosphere. Take-off: International Standard Atmosphere (ISA) day + 15 degrees C (85 degrees F) to ISA 20 degrees C (95 degrees F). Crew: Two crew member (pilot). Payload: Minimum of 1,000 lbs. payload capacity inclusive of two crew and four passengers. Basic Operating: Includes total of empty weight plus unusable fuel and oil plus weight of installed equipment, plus pilot and stores (calculated at 200 pounds per crew member). Maximum Gross Take Off Weight (MGTOW): Includes helicopter basic operating weight, payload and maximum fuel/oil/hydraulic fluids not to exceed certified MGTOW. Hover Ceiling in Ground Effect: 7,500 feet. Hover Ceiling Out of Ground Effect: 5,500 feet. Rate of Climb: 1,500 feet per minute, 200 feet per NM with single engine. Design Requirements: The helicopter shall be equipped with two turbine-powered engines; equipped with dual flight controls; equipped with seating provisions for a pilot and copilot and four passengers; equipped with interior jettisonable pilot and copilot doors; equipped with a fully encased or enclosed anti-torque system, for optimum clearance in confined areas; equipped with quiet technology to minimize aircraft noise; equipped with a cargo hook system; certified for FAA category A operations; FAA certified for single pilot instrument flight rules (IFR) operations; equipped with a removable rescue hoist having a minimum of 600 pound capacity; capable of sustained flight with pilot and copilot doors removed and rear doors removed or locked in the open position (this configuration shall be FAA certified for a sustained airspeed of 100 knots - if the rear passenger doors are to be removed, they shall be easily removable and installed by the pilot); composed of rugged skid gear design; capable of operating in high altitudes and high temperatures; rated for a minimum cycle life of 15,000 operating hours; equipped with hard-mounts for rappelling operations; equipped with crashworthy auxiliary fuel tanks that are fueled externally; capable of being equipped with a video/thermal imaging system; capable of operating on and off a wheeled platform; capable of engine starts with internal battery power as well as external power source; configured for night vision goggle operations; meet or exceed FAA Part 27. The helicopter's airframe, power plants and major components shall be manufactured and assembled for rugged operations required by the DEA. All factory standard equipment of the manufacturer's commercial model, unless otherwise noted, shall be provided in addition to those items specified herein. Contract award will be based on the proposal that best meets the requirements defined in the RFP, and that is determined to be the best value to the Government, price and other factors considered. The Government anticipates using full and open competition to award a firm fixed price contract with one base year and four twelve month option periods under North American Industry Classification Systems (NAICS) number is 336411. Offerors will be required to provide as part of their offer a technical proposal, as well as information regarding their past performance history. The subject solicitation will be issued on or about March 13, 2002, and will be issued solely through the DEA's acquisition website at http://www.usdoj.gov/dea/. Click on "Acquisitions," then "Open Solicitations." Hardcopies of the RFP will not be available. Potential offerors will be responsible for downloading their own copy of the solicitation and any amendments.
- Place of Performance
- Address: 2300 Horizon Drive, Fort Worth, TX
- Zip Code: 76177
- Country: USA
- Zip Code: 76177
- Record
- SN00023794-W 20020209/020207213136 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |