Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF APRIL 21, 2004 FBO #0877
SOLICITATION NOTICE

15 -- Aerial Surveillance Platform in support of the Coalition Provisional Authority - Iraq

Notice Date
4/19/2004
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ04R0547
 
Response Due
5/3/2004
 
Archive Date
7/2/2004
 
Point of Contact
Carole Hubbard, (256)876-3390
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command (Aviation)
(carole.hubbard@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. The combined synopsis/solicitation is issued as an RFP under solicitation number W58RGZ-04-R-0547. This solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2001-22. This is a full and open competition. The appropriate NAICS code is 336411, with a size standard of 1500 employees. The resultant contract will be a firm-fixed-price contract. The Government reserves t he right to award without discussions. The CLIN structure for this RFP is as follows: CLIN 0001, eight (8) each Manned Aerial Surveillance Platforms; CLIN 0002, sixteen (16) each Pilot Training Packages; CLIN 0003, ten (10) each Maintenance Mechanic Trai ning Packages; CLIN 0004, one (1) year Logistics Support Package; CLIN 0005, OPTION I for up to eight (8) additional Manned Aerial Surveillance Platforms; CLIN 0006, OPTION II for up to sixteen (16) additional Pilot Training Packages; CLIN 0007, OPTION III for up to ten (10) additional Maintenance Mechanic Training Packages; CLIN 0008, OPTION IV for one (1) additional year Logistics Support Package. The proposal should list a unit price for each item (e.g. CLIN 0001, 8 each x $$$ = Total $$$). Proposals s hall be submitted in US dollars. REQUIREMENT DESCRIPTION: 1.0 PURPOSE: The purpose of this scope of work is to acquire a cost effective and versatile manned platform to provide aerial surveillance of infrastructure elements which will allow for timely reporting of potential threats, tampering, and malfunctions of essential infrastructure elements in divergent areas throughout Iraq. The aircraft must have an agile and stealthy profile to allow its aircrew to identify potential threats and avoid ground fi re and other threats to low flying aircraft. The aircraft must also have a communications suite that will allow reporting to the proper authorities. 1.1 Background: The candidate aircraft must be new at the time of purchase and be able to maintain day an d night aerial surveillance of point and linear targets (e.g. convoys, military supply routes (MSRs), electrical, communications and oil infrastructure), with the ability to: (1) Immediately report observations using both line-of-sight (LOS) and beyond-l ine-of sight (BLOS) voice communications, (2) Provide a capability to visually inspect and immediately report on disruption of or threats to the national infrastructure nodes and lines of operation, (3) Assist in the rapid repair of key infrastructure by t imely notification of proper authorities in the event of damage or disruption, (4) Provide timely information on the nature of the threat as well as the ground and the tactical situation to Security Forces tasked in response to an incident, (5) Monitor and report on the status of the National borders and coastlines. 2.0 APPLICABLE DOCUMENTS: Federal Aviation Regulations (FAA FAR) Part 21 Certification Procedures for Products and Parts; FAA FAR Part 23 Airworthiness Standards: Normal, Utility, Acrobatic a nd Commuter Category Airplanes; FAA FAR Part 43 Maintenance, Preventative Maintenance, Rebuilding and Alterations; FAA FAR Part 61 Certification: Pilots, Flight Instructors and Ground Instructors; FAA FAR Part 65 Certification: Airmen other than Flight C rewmembers; FAA FAR Part 91 General Operating and Flight Rules; FAA FAR Part 121 Operating Requirements: Domestic, Flag and Supplemental Operations; FAA FAR Part 145 FAA Certificate Repair Stations; FAA Adv Cir 91-67 Minimum Equipment Requirements for Gen eral Aviation under FAA FAR Part 91-67. 3.0 REQUIREMENTS: For the purpose of this contract the term SYSTEM shall mean the aircraft and aircraft components suc h as engine, propeller, avionics, and landing gear, sensors and sensor operating/recording system. Items and equipment supplied with the aircraft such as manuals, drawings, engineering data, spare/repair parts, and rotable parts recommended by the Origina l Equipment Manufacturer (OEM) delivered under this contract are considered part of the system for the purpose of planning the support requirements. 3.0.1. AIRCRAFT CHARACTERISTICS: The Contractor shall deliver an aerial surveillance aircraft platform an d surveillance system which has reliability and maintainability characteristics that support a system operations tempo (OPTEMPO) of 8 hours per day, 7 days per week, 365 days per year, with an aircraft availability rate of ninety percent (90%) Mission Capa ble (MC) for completion of an 8-hour mission under Visual Meteorological Conditions (VMC). The system must be capable of sustainment at an eighty percent (80%) Fully Mission Capable (FMC) rate for the completion of an 8-hour mission under Instrument Meteo rological Conditions (IMC), in the environmental conditions expected in the Iraqi Theater of Operations. The system must be certified to a minimum Federal Aviation Administration (FAA) FAR Part 23 standard and possess the following characteristics: (1) Allow for new technology insertion, (2) Is supportable throughout the systems projected life, (3) Has low life cycle support (LCS) costs, (4) Be capable of sustaining mission operations availability rates of ninety percent (90%) MC for Visual Flight Rule s (VFR) operations and eighty percent (80%) FMC for Instrument Flight Rules (IFR) operations. The system must be capable of sustainment with a minimum of maintenance and ground footprint and (5) be painted light grey in color. 3.0.2. MISSION PROFILE: Th e aircraft shall be capable of safe patrol speeds between 60 and 80 knots, in a low-maintenance low-fatigue airframe capable of loitering in excess of 5 hours while maintaining a 45-minute fuel reserve. It shall be approved for operation in day/night (Nig ht VMC), and be capable of operations in (IMC) (not in icing conditions). It shall be capable of operations within a minimum radius of two hundred (200) nautical miles and possess a low visual, audio and thermal signature. Operation will be with a minimu m two man crew (pilot and observer) and shall have at least 0.2 cubic meters of storage capability. The aircraft shall have dual sets of flight controls, be capable of operation from soft fields and remote sites, and shall require only commercial fuels (M OGAS 80-87 octane). 3.0.3. SENSOR/COMMUNICATIONS SUITE: (1) The sensor suite shall consist of visible and infrared (IR) sensors with minimum vibration and unobstructed field of view, capable of recognizing a man-sized target under light-levels as low as 10 to the negative 3rd power Lux at 5km range from 2,000ft+ AGL. (2) The sensor suite shall be capable of viewing in real-time, off-boresight to a minimum of plus or minus 20 degrees laterally, as well as to digitally record sensor information, with auto mated time and position data, for post-flight analysis and action. The output shall comprise digital imagery as well as supporting text reports with Geographic Information System (GIS) compatibility. (GIS is an information system that is designed to work with data referenced by spatial or geographic coordinates. In other words, a GIS is both a database system with specific capabilities for spatially-referenced data, as well as a set of operations for working [analysis] with the data.) (Star and Estes, 1990 ). 3.0.4. COMMUNICATIONS: (1) The Communications suite shall consist of internal crew intercom and the ability to communicate with Air Traffic Control (ATC) facilities and operational agencies, both LOS and BLOS via voice on: (a) Civil/ Military VHF Vo ice 118 - 174 MHz, (b) Military UHF Voice 225 - 400 MHz, (c) Civil UHF Voice 430 - 470 MHz (Iraqi Police operate in the 450-470MHz range), (d) Civil HF with Aut omatic Link Establishment (ALE Capability) 1.5 - 30 MHz. (2) The voice communications system shall have the capability to accommodate secure voice communications in the future. 3.0.5. NAVIGATION: The aircraft navigation system, in addition to standard I FR navigation system, shall include civil-code Global Positioning System (GPS) equipment for reporting and navigation. The aircraft shall be equipped with an encoding transponder for ATC identification and for operations within civil and military ATC infr astructure. 3.1. LOGISTICS: The Contractor shall design an Integrated Logistics Support program to include: (1) A technical maintenance program based on OEM recommendations and Commercial and Non Developmental Item (CaNDI) documentation. The program sh all conform to requirements set forth by the Airworthiness Authority (AA). The maintenance program shall use an Organizational level maintenance concept for normal operational requirements for aircraft servicing and Preventive Maintenance Daily (PMD) and r outine user level maintenance and inspections with major inspections, repair or overhaul accomplished at AA approved overhaul facilities. (2) The Contractor shall design a recommended spare parts package to support the desired operations tempo (OPTEMPO) o f eight hours per day per aircraft to support a 24/7, 365 mission as cited in Section 3.0.1. The Contractor shall provide to the Government the approved spare parts inventory, general and special test/analysis equipment, tool kits and special tools that m ay be required for line maintenance. (3) The Contractor shall provide technical maintenance manuals, parts manuals, and inventory documentation to support the recommended parts, tools and test equipment upon first delivery. (4) The Contractor shall provi de all manuals and software products required for LCS of the fielded systems upon delivery. (5) The Contractor shall provide a maintenance program designed to support the repair and/or replacement of system components to include the depot level maintenanc e and inspections prescribed by the FAA and the OEM. In order to maximize operatonal usage, once parts arrive for depot level maintenance, contractor must ensure the parts arrive back to the unit within 14 days. (6) The Contractor shall plan the maintena nce concept to take maximum advantage of parts standardization, interchangeability, and commonality, to minimize the number and types of required spares. The Integrated Logistics Support Program Plan shall be submitted as part of the proposal. (7) In add ition to maintenance manuals supplied with each aircraft, the contractor shall provide six (6) complete sets of aircraft and engine maintenance manuals to include manuals for all installed equipment, furnishings and sensors IAW DI-TMSS-80527. 3.2 MAINTENA NCE TRAINING: The Contractor shall design a program of instruction (POI) and provide initial training for maintenance personnel. All training of maintenance technicians shall be In Accordance With (IAW) the contractors proposed training plan and shall fo llow Best Commercial Practices. The POI shall include instructions for diagnostic troubleshooting and maintenance for the aircraft and surveillance systems (airframe, engine, avionics, and sensor systems). The maintenance training shall be to the standar d required for daily turnaround and manufacturers recommended inspections and maintenance. The training and training materials shall be available in English and also in Iraqi Arabic. The training package shall include meals and housing accommodation at t he Contractors location. 3.3 PILOT TRAINING: The Contractor shall provide a Pilot Aircraft Qualification Course (AQC) that provides training to a standard commensurate with the entire aerial surveillance mission to include the safe operation of the aircr aft and the complete operation of the communications and sensors. All pilot AQC training shall be IAW Best Commercial Practices and the contractors proposed tr aining plan. The AQC may assume previous qualified pilot experience with a minimum of specialized equipment training. The AQC shall include emergency/abnormal procedures training. The training shall be provided by certified flight instructors (CFI), or equivalent, and students must demonstrate proficiency in VMC/ IMC navigation and flight competency. The training package shall include meals and housing accommodations at the Contractors location. 3.4 TRAINING SCHEDULE: The Contractor shall provide AQC training for eight (8) pilots and maintenance training for five (5) maintenance technicians prior to the first aircraft delivery. The Contractor shall be prepared to train at least sixteen (16) pilots and ten (10) maintenance technicians prior to delivery of the eighth (8th) aircraft. The contractor shall also be prepared to train an additional sixteen (16) pilots and an additional ten (10) maintenance technicians in the event the Government exercises any or all of the options. 3.5 AIRCRAFT DELIVERY PLAN : The Contractor shall deliver new, fully integrated and operational aircraft systems to Basrah International Airport, in Iraq, FOB Destination. The aircraft will be delivered IAW the following schedule based on the date of contact award. The aircraft m ust be fully certified to FAA Part 23 at the time of delivery. Aircraft numbers 1 and 2 shall be delivered 30 days after contract award (DAC); aircraft numbers 3 and 4 shall be delivered 90 DAC; aircraft numbers 5 and 6 shall be delivered 120 DAC; aircraf t numbers 7 and 8 shall be delivered 180 DAC. 3.5.1 DELIVERY DOCUMENTATION: The contractor shall provide the following aircraft on-board documentation with each aircraft delivered: (1) FAA Form 8130-2, (2) Aircraft Log Books to include engine logbook, ( 3) Operators Manual, (4) Aircraft Flight Manual, (5) Operators Check List, (6) Completed Weight and Balance Report, (7) Engineering Change Record to include a list of Service Bulletins (SBs) and Airworthiness Directives (Ads) on the aircraft IAW DI-SES-810 03, and (8) Copies of all applied Supplemental Type Certificates (STCs) complete with drawings, schematics, operators instructions, and maintenance procedures IAW DI-SES-81003. Copies of documentation will be in both Iraqi Arabic and English. 3.6 ACCEPTA NCE TEST FLIGHT: (1) The contractor shall conduct a Functional Check Flight for each aircraft delivered under this contract. The check flight shall be of sufficient scope and duration to verify that all AA certified equipment and the military/special qua lified mission equipment items operating together in all enable modes are compatible (will not degrade each others performance) and will not compromise mission effectiveness or the safe operation of the aircraft. The contractor shall prepare a report of t he findings IAW DI-EMCS-81542. The contractor shall perform an airborne communications and identification test to demonstrate the proper operation of all on-board radio communications equipment and the aircraft transponder. The contractor shall prepare a report of findings of the communications and identification test IAW DI-NDTI-80809. (2) The Coalition Provisional Authority (CPA) will perform an acceptance check flight IAW the contractors proposed acceptance test flight plan prior to delivery of each a ircraft. The contractor shall provide full support to personnel conducting the acceptance test, including facilities, equipment, Petroleum-Oils-Lubricants (POL), flight line maintenance support personnel, and any other support required for aircraft accept ance. The completed Acceptance Test Check sheets shall be included with Quality records as part of the acceptance criteria. 3.7 WARRANTY: All aircraft, parts and materials delivered under this contract shall be Airworthiness Authority certified (as requ ired), and warranted against defects in parts, materials, and workmanship for a period of two years (24 months) beginning on the date of delivery. All individu al OEM warranties shall be their standard warranty issued IAW best commercial practices and shall pass through to the end user. The aircraft paint shall be warranted for a period of one year (12 months). Repairable components will be evacuated for repair in accordance with the applicable warranty, maintenance agreement or contractor repair procedures. The Contractor shall identify the description and any special language needed for controlling the repair and return process under the provisions of the app lied warranties. The provision at FAR 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition with the following addendum: Foreign offerors are not required: (1) to be registered with the Central Contractor Registration database or ( 2) to provide a Federal Tax Identification number. The provision at FAR 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. The specific evaluation criteria to be included in paragraph (a) of that provision are as follows (in descen ding order of importance): Technical acceptability will be rated on a GO/NO GO basis. The offerors adherence to the delivery schedule will be rated on a GO/NO GO basis. However, should all offerors be rated NO GO, the proposed delivery schedules will be evaluated to determine the best value to the Government. The offerors proposed Integrated Logistics Package will be evaluated to determine the best value to the Government. The specific elements to be evaluated are the Logistics Support Plan and Airwort hiness, which are equal in importance. The Logistics Support Plan Element will be evaluated based on the following factors: (1) Maintenance Concept and Procedures Factor. The proposed approach will be evaluated for the offerors ability to adequately per form System Maintenance, Aircraft Inspections, Maintenance Test Flights, Maintenance Operational Checks, Engine Maintenance Management, Engine Overhauls, Engine Historical Records, Propeller Overhaul, Shipping, Damage Repair and Engine Repair. The evaluat or will consider the offerors proposed procedures, skills, facilities and techniques for adequacy and relative effectiveness. (2) Materiel Management Factor. The proposed approach will be evaluated to determine the offerors ability to adequately manage an d supply spare and repair parts. The Airworthiness Element will be evaluated to determine the adequacy and relative effectiveness of the proposed airworthiness procedures and the offerors ability to execute Airworthiness Directives/Service Bulletin Adviso ry Data. Past performance will be evaluated based on information provided by the offeror as to actual sales of the proposed products to industry or Government agencies. Past performance will consider the ability of the offeror to meet the delivery schedu les, warranty and support. Offerors shall provide all relevant past performance history within the past 3 years, to include a full description of the sale or support, customer point of contact name, telephone number and email address. The contract will b e awarded to the offeror whose technically acceptable proposal, delivery schedule and Integrated Logistics Support Program provides the best value to the Government, price and other factors considered. Technical acceptability, delivery schedule, integrate d logistics support and past performance, when combined, are significantly more important than price. Offerors shall include a completed copy of the provision at Federal Acquisition Regulation (FAR) 52.212-3 and Defense FAR Supplement (DFARS) 252.212-7000 , Offeror Representations and Certifications-Commercial Items, with its offer. The clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. The clauses at 52.212-5, Contract Terms and Conditions Required to Impl ement Statutes or Executive Orders-Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Ap plicable to Defense Acquisitions of Commercial Items, apply to this acquisition. Applicable clauses under FAR 52.212-5 are: 52.203-6, 52.219-8, 52.219-9, 52.219-14, 52.219-23, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.232-33 (except fo r foreign contractors). Applicable clauses under DFARS 252.212-7001 are: 52.203-3, 252.205-7000, 252.227-7015, 252.227-7037, 252.232-7003 (except for foreign contractors), 252.243-7002, 252.247-7023 (Alt I) and 252.247-7024. In addition, the followin g FAR clauses are applicable to this acquisition: 52.214-34, 52.214-35, 52.217-7 (180 days). All proposals shall be submitted in US dollars. The contract will be awarded and all invoices submitted and paid in US dollars. In addition to the clauses set forth above, the following contract provision is applicable to this acquisition: DE-BAATHIFICATION OF IRAQI SOCIETY: (a) The contractor shall not employ or subcontract with any persons determined under procedures promulgated by the Iraqi Governing Counci l to be full members of the Baath Party or affiliated with the organizations set forth at section 2(2) of CPA Memorandum No. 7, Delegation of Authority Under De-Baathification Order No. 1, dated November 4, 2003 and therefore prohibited from continued or f uture employment (hereafter referred to as prohibited person). Contractors shall coordinate with the Ministry of Justice to determine whether particular individuals are prohibited persons. (b) If during contract performance, a person employed by the cont ractor or subcontractor is determined to be a prohibited person under procedures promulgated by the Iraqi Government Council, the contractor shall, as appropriate: (1) Terminate the employment of the prohibited person. (2) Terminate the subcontract with t he prohibited person as soon as possible consistent with satisfying contract requirements. (c) The contractor shall not display the image or likeness of Saddam Hussein or other readily identifiable members of the former regime or symbols of the Baath Part y or the former regime in Government buildings or public spaces. (d) Flowdown. The contractor shall include a comparable clause in all subcontracts and require all subcontractors to flow down the clause. (e) The Coalition Provisional Authority Order Numb er 1, dated 16 May 2003, subject: De-Baathification of Iraqi Society and the corresponding implementation plan and delegations of authority can be found at http://cpa-iraq.org. The full text of the FAR references may be accessed electronically at this ad dress: http://farsite.hill.af.mil. The following Contract Data Requirements Lists (CDRLs) are applicable to this requirement: CDRL 0001 Commercial Off-the-Shelf (COTS) Manual and Associated Supplemental Data; CDRL 0002 Commercial Drawings and Associated Lists; CDRL 0003 Electromagnetic Environmental Effects (e3) Verification Report (E3VR); CDRL 0004 Test/Inspection Report. A hard copy of the CDRLs can be faxed upon written request to the email stated below. Responses to this RFP must be signed, dated a nd received via electronic mail or fax by May 3, 2004, no later than 4:00 p.m. Central Standard Time (CST), and should be addressed to carole.hubbard@redstone.army.mil or faxed to Carole Hubbard, Contracting Officer, fax number (256)955-8364. For question s concerning this solicitation contact Carole Hubbard via the email and/or fax number listed above.
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00568593-W 20040421/040419212243 (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.