Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2004 FBO #0921
MODIFICATION

15 -- Light Enforcement Airplane (LEA)

Notice Date
6/2/2004
 
Notice Type
Modification
 
NAICS
333298 — All Other Industrial Machinery Manufacturing
 
Contracting Office
DHS - Border and Transportation Security, Immigration & Customs Enforcement, Headquarters Procurement Division, Wash DC, 425 I Street, NW, Washington, DC, 20536
 
ZIP Code
20536
 
Solicitation Number
Reference-Number-COW-4-RFI-0001RJB
 
Response Due
8/2/2004
 
Archive Date
8/17/2004
 
Point of Contact
Ronald Jean-Baptiste, Contract Specialist, Phone 202-305-2131, Fax 202-514-3353,
 
E-Mail Address
ronald.jean-baptiste@dhs.gov
 
Description
The purpose of this modification is to format the body of the RFI posted on 28 May 2004. This is not a solicitation, see item entitled RESPONSES below. INTRODUCTION: United States Immigration and Customs Enforcement (ICE) wishes to explore the feasibility and practicality of replacing its aging fleet of light single-engine surveillance airplanes with twenty (20) new sensor-equipped light enforcement airplanes (LEA) to improve safety and operational effectiveness and lower fleet operating costs. REQUEST: ICE is seeking industry interest and information on commercially available aircraft (including mission equipment) that can satisfy all or a large portion of the general requirements stated below. In the interest of accountability and oversight, ICE is intent on awarding a contract to a prime contractor for the end product (aircraft and integrated mission equipment). MINIMUM OPERATIONAL REQUIREMENTS (GENERAL): TYPE OF AIRCRAFT The light enforcement aircraft (LEA) shall be a high-wing single-engine aircraft with the capability to accomplish current and projected mission(s) safely and efficiently. The aircraft shall be current production and Federal Aviation Administration (FAA) type certified to enhance procurement and availability, manufacturer and vendor commercial-off-the-shelf support and to reduce research and development cost and time. It shall have the ability to operate independently of any ground support equipment. All mission equipment shall be installed in compliance with FAA certification rules and regulations prior to delivery to ICE. NOISE LIMITATION REQUIREMENTS At a minimum, the aircraft and its engines shall comply with the noise requirements of Federal Aviation Regulation (FAR) Part 36. CAPACITY The aircraft shall accommodate seating for two crewmembers in the cockpit and a minimum of one sensor operator in the cabin. The aircraft maximum ramp weight, with a mission fuel load and ICE mission equipment (sensors, communications, and survival equipment), shall have a minimum useful payload of 1,800 pounds to accommodate 3 personnel with personal equipment and baggage. PERFORMANCE REQUIREMENTS The LEA shall meet or exceed the following performance requirements under the stated ambient atmospheric conditions. MAXIMUM ENDURANCE a. Mission Payload: i. 2 crewmembers: 400 lbs ii. 1 observer: 200 lbs iii. Equipment/Cargo: 60 lbs b. Fuel: mission fuel requirement + 45-minute fuel reserve c. Environmental Conditions: i. Sea level takeoff ii. No wind; ISA ambient conditions d. Mission Profile: i. Start-up, taxi, depart VFR and climb at best rate to 7,500 ft. MSL ii. Transit 60 nm at long-range cruise speed (not less than 120kts) iii. Conduct a surveillance at 7,500 ft. MSL, 80 KTAS for 4 hours iv. Depart area and transit 60 nm at long-range cruise speed (not less than 120kts) v. Descend and execute a VFR approach to landing with a 45-minute fuel reserve MAXIMUM RANGE a. Mission Payload: i. 2 crewmembers: 400 lbs ii. 1 observer: 200 lbs iii. Equipment/Cargo: 60 lbs b. Fuel: mission fuel requirement + 45-minute fuel reserve c. Environmental Conditions: i. Sea level takeoff ii. No wind; ISA ambient conditions d. Mission Profile: i. Start-up, taxi, depart VFR and climb at best rate to best range altitude ii. Transit 500 nm at long-range cruise at best range altitude iii. Descend and execute an VFR approach to landing with a 45-minute fuel reserve FAA CERTIFICATION The aircraft shall be FAA-certificated for the following: a. Normal category b. Single pilot Day/night VFR and IFR operations c. Flight into known icing conditions d. Operation to an altitude at or above FL 180 RUNWAY The aircraft performance shall ensure takeoff and landing on a 2,000-foot dry runway at max gross weight, 5,000 feet field elevation and 25 degrees C. AIRCRAFT SECURITY The aircraft should be equipped with an electronic security system capable of detecting and recording aircraft tampering and intrusions. AVIONICS/COMMUNICATIONS The aircraft communications system shall comply with worldwide airspace and navigation requirements and enable secure-capable VHF-AM, high VHF-FM, low VHF-FM and UHF band communications. The communication/navigation equipment shall include the following: a. A fully integrated EFIS glass cockpit with NVG compatible displays and lighting b. Two APCO P-25 compliant Global Wulfsburg RT-5000 multiband radio transceiver and one C-5000 communications management controllers c. Intercommunications system with audio panels for all crewmembers with six communication and four navigation radio selection positions d. Traffic Collision Avoidance System (TCAS) I with Enhanced Ground Proximity Warning System e. Transponder with embedded Mode S f. AN/ARC 210 Multiband, Multimode LOS and SATCOM/DAMA radio with embedded Type I and SATCOM/DAMA cryptographic capability g. Garmin 530 global positioning system or equivalent h. Three-light marker beacon with audio i. Emergency locator transmitter 406 MHZ j. Heated pitot-static system k. Distance measuring equipment (DME) with hold function l. Color weather radar m. An Avalex AMS 7000 or equivalent moving map system that features vector street maps, VFR/IFR aeronautical, topographical and nautical charts, displays aircraft position, altitude and navigation information for the LEA and targets of interest and depicts routes, boundaries, obstructions and sensor footprints SENSOR SYSTEM The LEA shall have a fully integrated sensor system that is commercially available, currently in production, operationally viable and capable of being easily retrofitted with the latest configurations. At a minimum, the sensor system shall have the following: a. Removable console that provides the sensor operator with the ability to control and simultaneously display the radar and electro-optics/infrared (EO/IR) sensor imagery. b. An Avalex AVR8000 or equivalent digital video recorder with A CD/DVD-RW drive and high capacity fixed and removable hard drives. c. A multi-function handgrip that enables the sensor operator to steer the EO/IR turret and a keypad that selects software menus. A standard keyboard and trackball shall be provided as an alternate means of control d. EO/IR sensor housed in a 360-degree continuous rotation turret that is capable of performing in a hot, humid, tropical climate and producing high-resolution color images in daylight and high-quality thermal imaging in low-light conditions. At a minimum, the EO/IR sensor shall include: 1. Multiple sensors including a laser range finder, laser pointer, CCD TV, camera spotter scope and infrared camera 2. Sensor tracking based on scene correlation, geographic pointing based on an entered latitude/longitude and the location that the sensor is pointing or contrast caused by temperature differences 3. Automatic geo-location and rate-aid tracking capability in both electro-optical and infrared modes 4. A BMS or equivalent digital encrypted video downlink capable of transmitting real-time video for approximately 50 nm line-of-sight at 2,500 feet MSL. DESIRED CAPABILITIES: a. Ability to operate independently of any ground support equipment b. Short/unimproved runway takeoff and landing capability c. Floatplane provision kit RESPONSES: This Request For Information (RFI) is for information and planning purposes only and shall not be construed as a solicitation or as an obligation on the part of the Government to issue a Request for Proposal or award a contract. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF RESPONSES NOR OTHERWISE PAY FOR THE PREPARATION OF ANY INFORMATION SUBMITTED OR THE GOVERNMENT'S USE OF SUCH INFORMATION. Sources responding to this RFI should submit the minimum information necessary for the Government to make a determination that the source is capable of satisfying the requirements but that information should include the type of aircraft, mission equipment, operating capabilities, and price range. Acknowledgment of receipt of responses will not be made, nor will respondents be notified of the Government's evaluation of the information received. However, should such a requirement materialize, no basis for claims against the Government shall arise as a result of a response to this Request For Information or the Government's use of such information as either part of our evaluation process or in developing specifications for any subsequent requirement. SUBMISSION INSTRUCTIONS: Submission Deadline: Submissions are due to the Government no later than 4:00 P.M. (EST) on August 2, 2004. Information should reference Sources Sought Announcement Number. Please ensure that information submitted includes company name, point of contact, telephone number, fax number, and e-mail address. Submission Address: Please submit (3) three copies of your response to U.S. Immigration and Customs Enforcement, Office of Procurement, Room 2208, ATTN: Victoria D. Short, 425 I Street, NW, Washington, D.C. 20536. Questions and comments maybe submitted in writing or you may contact the Contracting Officer, Victoria D. Short at (202) 514-1959.
 
Place of Performance
Address: TO BE PERFORMED
 
Record
SN00595610-W 20040604/040602211535 (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.