Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 10, 2002 FBO #0220
SOURCES SOUGHT

W -- E-6 Program In-Flight Trainer Services, Request for Information

Notice Date
7/8/2002
 
Notice Type
Sources Sought
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
Reference-Number-737
 
Response Due
7/24/2002
 
Point of Contact
Christopher Rawlings, Contract Specialist, Phone 301-757-5212, Fax 301-757-5284, - Jan Roth, Jr., Contract Specialist, Phone 301-757-5328, Fax 301-757-5284,
 
E-Mail Address
rawlingsca@navair.navy.mil, rothjb2@navair.navy.mil
 
Description
This is a revision to original Fed Biz Ops posting on 17 June 2002. The Naval Air Systems Command (NAVAIR) is seeking potential sources for a possible multiple year lease of 737-700 aircraft (700C preferred) to serve as E-6B In-Flight Trainers. The U. S. Navy has a requirement to provide annual training to 28 Category I (Initial E-6 qualification) aviators and eight Category III (E-6 re-qualification) aviators and to augment fleet operating squadrons by providing proficiency training for E-6 qualified pilots. The annual flight requirement for this training syllabus is 2,000 flight hours and 6,000 cycles. The training program support to be provided is for two, five-hour sorties per day, five days per week, plus six weekend cross country flights (each with three Remain Over Nights; qualified Airframe and Powerplant mechanic must accompany), per year. Aircraft availability is required in the first quarter of FY-04. The aircraft will be based and operated from Tinker Air Force Base, Oklahoma City, Oklahoma. Ramp space and maintenance facilities will be provided at Tinker for the contractor?s use. Naval Pilots will operate the aircraft throughout the continental United States. Each 737-700 airframe proposed for this effort must show compliance with the following: a current Federal Aviation Administration Airworthiness Certificate and be able to operate in accordance with Federal Aviation Regulation Part 91; all Airworthiness Directives; and the ability to obtain a NAVAIR 4.0 airworthiness flight clearance per NAVAIR Instructions 13030.1A and 13034.1B (the NAVAIR instructions are available from the following web site http://www.navair.navy.mil. All organizational and depot maintenance will be the responsibility of the contractor and will be performed in accordance with the Boeing Maintenance Planning Document for the aircraft offered, tailored to fit the operating environment, approved by the E-6B Program Manager and Assistant Program Manager, Engineering. The Navy is exploring the establishment of a lease contract for a base period of one year plus four one-year options for a total of less than five years. The Navy requires the option to purchase the aircraft outright at any time prior to, during or at the end of the lease agreement. Responses to this sources sought are requested to provide a cost rough order of magnitude (ROM) to execute this contractual arrangement. Responses should provide ROM data to include: outright purchase of the aircraft prior to, during (at the end of each option) and up to 60 days after the end of the lease period; annual maintenance cost to maintain the aircraft in the event the Government purchases the aircraft; dry lease (no maintenance/no fuel) of the aircraft for the base year and each option year; wet lease (all maintenance/no fuel) of the aircraft for the base year and each option year; and, if required, preparation of the aircraft to qualify the aircraft for the NAVAIR 4.0 airworthiness flight clearance. Lease payments shall not contain equity interest. This request for information is NOT a contract; or a request for proposal; or a promise to contract; or a commitment of any kind. The Navy will NOT assume liability for costs incurred by any offeror for any data offered for examination; therefore, the cost of preparing information in response to this notice is not considered an allowable direct charge to the Government. The Government reserves the right to review and use data at its own discretion. Upon request, NAVAIR will protect proprietary information from unwanted disclosure. Send two copies of the responses by 24 July 2002 to: Department of the Navy, Naval Air Systems Command (Attn: Chris A. Rawlings, AIR-2.3.1.4.6), 47123 Buse Road, Unit IPT, Building 2272 (Suite 155), Patuxent River, MD 20670-1547. EMAILDESC: mailto:rawlingsca@navair.navy.mil.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/NAVAIRHQ/Reference-Number-737/listing.html)
 
Place of Performance
Address: Naval Air Systems Command 47123 Buse Road, Unit IPT Patuxent River MD
Zip Code: 20670-1547
Country: US
 
Record
SN00112362-F 20020710/020708214621 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.