SOLICITATION NOTICE
A -- Broad Agency Announcement -Concept Design Alternatives-VXX Vertical Lift Aircraft
- Notice Date
- 1/27/2003
- Notice Type
- Solicitation Notice
- 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
- N00019-03-R-2008
- Point of Contact
- Susan Holmes, Contract Specialist, Phone 301-757-5237, Fax 301-757-5284, - Christina Hall, Contracting Officer, Phone 301-757-5231, Fax 301-757-5284,
- E-Mail Address
-
holmessm@navair.navy.mil, hallcr@navair.navy.mil
- Description
- BROAD AGENCY ANNOUNCEMENT FOR CONCEPT DESIGN ALTERNATIVES FOR A REPLACEMENT VERTICAL AIRLIFT AIRCRAFT (VXX). NOTE: FULL TEXT OF THE BAA ANNOUNCEMENT AND THE VXX STATEMENT OF DESIRED CAPABILITIES CAN BE FOUND BY USING THE FOLLOWING LINK: http://www.navair.navy.mil/doing_business/open_solicitations Once at the Website: Find/Scroll on BAA Solicitation Number: N00019-03-R-2008. Click on the listing to open. A brief synoposis follows: 1.0 Introduction Marine Helicopter Squadron One (HMX-1) is required to provide safe and timely transportation for the President and Vice President of the United States, heads of state and others as directed by the White House Military Office (WHMO). The global nature of these commitments requires HMX-1 aircraft to deploy worldwide and operate in varying environmental and climatic conditions without mission degradation. When the President is aboard Marine One, this aircraft is the Commander-in-Chief?s primary command and control platform and must provide the President with the flexibility and capabilities necessary to execute the duties of the office. The VH-3D, the current primary aircraft providing this support to the White House, is approaching the end of its service life. The Navy and Marine Corps have determined the need for a material solution for a Vertical Lift Aircraft (VXX) to Conduct Presidential Support Missions. As part of the acquisition effort the Navy and Marine Corps intend to evaluate conceptual design trade studies to facilitate the process of developing and fielding a suitable system to perform the current and projected missions assigned to Presidential helicopters. 2.0 General Description of the VXX Program The objective of the VXX program is to replace the VH-3D aircraft with a new vertical-lift aircraft through an evolutionary acquisition program, which provides an Initial Operating Capability (IOC) as soon as 2007/2008. Full Operational Capability (FOC) is desired no later than 2012/2014. The VXX Mission Needs Statement was approved in September 1999 and an Analysis of Alternatives (AoA) is currently underway. The Navy and Marine Corps are preparing for a Milestone decision in summer 2004 and require industry involvement to assist in the validation of program cost, schedule and performance expectations. Industry is also encouraged to provide innovative concepts, including incremental upgrades, which would enable the Government to meet the acquisition schedule. 3.0 Concept Design Effort The Navy and Marine Corps intend that responders to this BAA will propose a concept design package that meets the requirements identified herein. The proposal will include a detailed Statement of Work that addresses Sections A through J below. The goal of the contracted effort will be to provide concept design alternative(s) for a VH-3D replacement, substantiated by trade studies and analyses that demonstrate the potential of the proposed alternative(s) to meet VXX performance, cost and schedule objectives. 4.0 Technical Approach - Overview The VXX AoA is currently analyzing alternatives to fill the VXX mission. Consistent with the mission needs timeline and affordability constraints, current expectations are that the VXX will be a derivative of an existing air platform; however the Government remains open to any air system that meets VXX requirements. The Government does not intend to direct the use of any Government Furnished Equipment (GFE), enabling potential vendors maximum flexibility in meeting VXX requirements. For planning purposes, although there is no commitment by the Government to proceed with any further contractual efforts, contractors should plan for funding levels commensurate with an Acquisition Category (ACAT) I program. Exact dollar amounts are not provided to allow the offeror some flexibility when bounding performance and schedule expectations for the purposes of this effort. Offerors are encouraged to optimize Total Ownership Cost (TOC) to best fit a proposed concept and not constrain design concepts to fit within funding levels identified in past, current or future federal budgets. The appendix contains a statement of required and desired capabilities for the VXX that can be used as a technical point-of-departure for the design effort. Compliance with the appendix will be a factor during proposal evaluations, however offerors should not discount the importance of utilizing Cost As an Independent Variable (CAIV) principles to meet affordability goals during concept development. Therefore, it may be necessary to assess stated performance levels and modify them to meet cost or schedule targets and/or to use evolutionary acquisition concepts and deliver performance incrementally via pre-planned upgrades.
- Record
- SN00247375-W 20030129/030127213423 (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 |