Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 04, 2007 FBO #1924
SOLICITATION NOTICE

15 -- Light Lift Operational Support Aircraft

Notice Date
3/2/2007
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
Reference-Number-PMA207-03-02-07
 
Archive Date
4/3/2007
 
Description
The Naval Air Systems Command, Patuxent River, MD 20670-1627 announces its intention to issue a competitive Request for Proposal (RFP) to procure aircraft to support the United States Marine Corps (USMC) requirement for a Light Lift Operational Support Aircraft. This aircraft will fill the urgent USMC requirement to modernize and improve the USMC?s current legacy UC-12 capabilities in order to comply with emerging national and international air traffic control mandates as well as mitigate current service lift and capability deficiencies. Exact quantities have not yet been determined but are expected not to exceed eleven aircraft to be bought over approximately a five year period, depending on DoD appropriations. Two (2) spare engines may be required, but at this time exact quantities have not yet been determined. Compliance with DFAS 252.225-7014, ?Preference for Domestic Specialty Metals?, Alt. 1, will be addressed within the draft RFP. Release of a draft Request for Proposals (DRFP) is anticipated for late April 2007 and a formal RFP release should be in July 2007. The closing date for the receipt of proposals will be established with the release of the formal RFP. This notice does not commit the government to awarding a contract. REQUIREMENTS: Aircraft must be able to support the USMC?s primary mission of short notice, high priority passenger/cargo transport. The aircraft shall be a Federal Aviation Administration certified, commercial-off-the-self/non-developmental, twin-engine, fixed wing aircraft that will be modified with essential military systems (IFF transponder, TACAN navigation, and UHF communications. The aircraft must meet and/or exceed the following performance requirements and objectives: 1. Range of 1,500 nm with 1,000 lbs of payload and a 60-minute fuel reserve. Maximum Payload of 2,400 lbs or greater. 2. Capability to carry two pilots plus a minimum of eight passengers in a cargo/passenger compartment. 3. Dual engine for extended over water flight safety. 4. Normal cruise speeds greater than 270 KTAS at a density altitude of 30,000 feet, standard day. 5. Operate at a minimum service ceiling of 29,000 feet MSL at optimum performance and 15,500 feet MSL minimum altitude operating single engine. 6. Maintain cabin altitude below 10,000 feet MSL when at a cruise altitude of 29,000 feet MSL. 7. Operate at high altitude airfields over 8,000 feet in elevation on an International Standard Atmospheric (ISA) day at maximum gross take-off weight. 8. Operate on unimproved airports with runways made of grass, dirt, or gravel. 9. Provide the service required when operating from short runway airfields (as short as 3500 feet) in hot and humid regions of the world (sea level, ISA + 30 degree C, relative humidity 100%). 10. Have a robust or no landing gear cycling limitation for increased training effectiveness and multiple logistic node service. 11. Operate with a maximum of two aircrew (pilot and co-pilot) and have sufficient systems for single pilot certification. 12. Adverse weather capability to include weather radar with Doppler, or weather radar and a storm scope, and certified for flight in moderate icing conditions. 13. Operate in accordance with current and known future worldwide FAA/ICAO/DoD mandates for Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM), Reduced Vertical Separation Minimums (RVSM), and Minimum Navigation Performance Standards (MNPS) Airspace, and IFF transponder modes to include Mode IV, V and S. 14. Internally reconfigurable between passenger, cargo, and combination load configurations to accommodate palletized or unpalletized cargo, medical evacuation litters and personnel. Internal tie down rings or attachment hard points and at least one cargo door allowing the loading and unloading of oversized cargo loads or medical casualties on a litter without tilting. 15. Logistically supportable by Life-Cycle Contractor Support (LCCS) at organizational, intermediate, and depot maintenance levels. LCCS will also include engine overhaul, spare parts, and all avionics and navigational equipment maintenance. QUESTIONS: All questions regarding this Formal Synopsis shall be submitted via email to Maxine Birst, at Maxine.Birst@navy.mil and/or Margo Speer, at Margo.Speer@navy.mil. No hard copies of the solicitation or amendments will be provided. It is the potential offeror?s responsibility to monitor the FEDBIZOPPS and NAVAIR websites for the release of any solicitation and/or amendments. All correspondence will be via e-mail to the Contract Specialist. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by assessing the CCR web site at https://www.bpn.gov/CCR/scripts/index.html
 
Record
SN01242961-W 20070304/070302221716 (fbodaily.com)
 
Source
FedBizOpps 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.