Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 01, 2009 FBO #2899
SOURCES SOUGHT

15 -- Afghanistan Light Attack Aircraft

Notice Date
10/30/2009
 
Notice Type
Sources Sought
 
Contracting Office
312 AESG/SYK2725 C Street, Bldg 553Wright Patterson AFB OH 45433-7424
 
ZIP Code
45433-7424
 
Solicitation Number
FA8615-10-R-ZZ01
 
Response Due
11/20/2009
 
Archive Date
12/10/2009
 
Point of Contact
Timothy Anderson, Lt Col, USAF, 973-656-6044
 
E-Mail Address
timothy.anderson2@wpafb.af.mil;charles.vanderberg@wpafb.af.mil
(timothy.anderson2@wpafb.af.mil;charles.vanderberg@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
Sources Sought SynopsisAfghanistan National Army Air Corp (ANAAC) Advanced Flight Trainer / Light Attack Aircraft (AFT/LAA) The Aeronautical Systems Center (ASC) is conducting market research assessment of fixed-wing platforms available now for use by the Afghanistan National Army Air Corps (ANAAC) for conducting advanced flight training and light attack operations. This is not to be confused with USAF Light Attack Armed Reconnaissance (LAAR) activities. This Sources Sought Synopsis focuses solely on the need to explore cost-effective acquisition options to provide a productionized, weaponized, certified, and existing single-engine, turbo-prop, tandem-seat, pressurized, retractable tricycle gear Advanced Flight Trainer / Light Attack Aircraft (AFT/LAA) capability for ANAAC. Contractors responding to this market research are placed on notice that participation in this survey may not ensure participation in future solicitations or contract awards. The government does not guarantee that any award will result from this Sources Sought Synopsis. The government will not reimburse participants for a! ny expenses associated with their participation in this survey. 1.0General Introduction The purpose of this market survey is to identify potential sources possessing the expertise, capabilities and experience to meet the requirements for production of a minimum of 6 with options to buy an additional 14 Advanced Flight Trainer/Light Attack Aircraft (AFT/LAA) for the Afghanistan National Army Air Corps (ANAAC). This is an unclassified effort open to foreign sources. Potential contractors may propose more than one aircraft, but each one proposed must be in a separate response. 2.0Proprietary Materials Protection The information collected by this market survey may be used by the Government to explore acquisition options and strategies for the possible approaches within the military. All information received in response to this Sources Sought that is properly marked as "proprietary" will be handled accordingly. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition strategy. All members of the team will be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. 3.0Requested Information 3.1Written Responses Responses must address the following overall characteristics / constraints.(Detailed requirements for the aircraft can be found in Attachment 1.).Aircraft characteristics, dimensions, features and equipment fit, systems description,, performance capabilities, and operating proceduresoProvide the aircraft's approved and certified Pilot Operating Handbook (POH) and/or Flight Manuals to include flight performance charts, operations limits, aircraft systems description, and approved and certified operating procedures.. These shall not count towards the page count limits for Section 2.oThe approved and certified performance charts and fuel usage charts should provide for calculating data for the full range of aircraft operations to include: takeoff, climb, cruise, endurance, landing, rate of climb, and climb speed up to 30,000 feet pressure altitude at standard day and non-standard day temperatures for varying aircraft weights from empty weight up to maximum takeoff gross weight, and at all approved and certified internal/external store payloads. This data does not count toward the page count limits for Section 2..Address each of the requirements in Attachment 1 by indicating whether your proposed platform meets the requirement as of 1 Nov 09.oThe term "meets the requirement as of 1 Nov 09" means that the specific aircraft capability is: developed, integrated on the aircraft, tested and certified on the aircraft, and is productionized (produced and delivered on a certified production line) as of 1 Nov 09.oProvide a Requirements Traceability Matrix; the matrix should include traceability of the Attachment 1 requirements to the Pilot Operating Handbook and/or Flight Manuals for supportability..Identify number of months after contract award for delivery of one (1) and six (6) aircraft, and months after option exercise for fourteen (14) aircraft.Describe planned long lead time items with schedule and costs for meeting above production schedules.Identify projected airframe lifetime flying hours (flying hours per aircraft per year assumptions for this projection are provided in Attachment 2).Identify maintenance hours per flight hour.Provide information substantiating compliance with (1) the Berry Amendment (10 USC 2533b, specialty metals restrictions; DFARS 225.7002 and 252.225-7012 and -7015); (2) the Balance of Payments Program (DFARS 225.77 and 252.225-7001). Where not compliant, describe basis for waiver, if available..Provide Rough Order of Magnitude (ROM) in accordance with Attachment 3. 3.2Sources Sought Response Section CompositionRequest Sources Sought responses be comprised of two (2) sections. Please limit your responses to a page count of 5 total pages or fewer for Section One and 25 total pages or fewer for Section Two. These responses should be written in the English language and in 12 pitch, Times New Roman font.3.2.1 Sources Sought Response Section OneProvide administrative information in Section One of your response in a Microsoft Word compatible document. Address at least the following in Section One:.Company name.Point of contact (POC) name.Mailing address.Overnight delivery address (if different from mailing address).Phone number.Fax number.E -mail address of POC.Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data to the Government support contractors identified. 3.2.2 Sources Sought Response Section TwoProvide the information requested in paragraph 3.1 above in Section Two of your response. Please provide responses in Microsoft Word compatible documents, Microsoft PowerPoint compatible presentations, Adobe pdf files, Microsoft Excel compatible Spreadsheets, or any combination thereof.Submit responses in both electronic (soft) and printed (hard) copy form. Submit electronic copies via e-mail to charles.vanderberg@wpafb.af.mil not later than 1700 hours, 20 November 2009. Title e-mail responses in the subject line of the e-mail as follows: "Response to AFT/LAA SOURCES SOUGHT".Additionally, provide two printed (hard) copies of each response either by mail or hand delivery to 312 AESG/SYK, 2725 C Street, Bldg 553, Wright Patterson AFB OH 45433-7424, not later than 1700 hours, Friday, 20 Nov 09.QuestionsResponses from U.S. and non-U.S. firms will be accepted to this AFT/LAA Sources Sought. Responses to questions from interested parties will be promptly answered and posted on this FedBizOps (FBO) website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government's understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to respondents after SOURCES SOUGHT assessments are completed. Technical point of contact is Mr. Charles Vanderberg, 312 AESW/LAA, (937) 656-6225. This notice may be updated as additional information becomes available. For more information on "Advanced Flight Trainer/Light Attack Aircraft (AFT/LAA)," please contact the AF POCs using the email addresses listed below. AF Points of Contact (POC) for AFT/LAA SOURCES SOUGHT:Timothy A. Anderson, Lt Col, USAF, Contracting Officer, 937-656-6044Timothy.anderson2@wpafb.af.milCharles Vanderberg, Program Manager, 937-904-4439charles.vanderberg@wpafb.af.mil The Government does not envision answering verbal questions at this time. However, all written questions should be submitted to the above POCs by 16 November 2009. All questions will be answered via posting answers to this FBO website; except as provided above. Additionally, questions must not contain trade secrets or classified information. The Government reserves the right to not address questions received after 16 November 2009. SummaryTHIS IS A SOURCES SOUGHT SYNOPSIS to identify sources and acquisition options to acquire up to 20 aircraft in support of an advanced flight training and light attack capability for the Afghanistan National Army Air Corps. The information provided in the Sources Sought is subject to change and is not binding on the Government. ASC has not made a commitment to procure any of the items discussed, and release of this Sources Sought should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. Attachment 1 AFT/LAA AIRCRAFT REQUIREMENTS Critical Requirements: Aircraft must meet all of the requirements listed below:1.Properly certified for day/night VFR/IFR operations. 2.Properly certified to meet acquisition requirements and allow for U.S. Mentor operation.3.Airframe, engine, and all systems and materials must be new.4.Tricycle, retracting gear.5.Capable of conducting operations from semi-prepared surfaces (dirt, grass, gravel, etc.).6.Capable of operating from an austere, forward operating base without any ground support other than fuel being available for re-fueling operations from -23C to 45C.7.The aircraft shall be able to operate in the desert/sand environment.8.Single engine, turbo-prop capable of burning JP-8 or Jet-A fuel.9.Dual, tandem seat attack/trainer with dual controls to facilitate dual use as an advanced trainer. Configuration should be similar to allow full control, to include conducting instrument approaches, from either cockpit for both pilots.10.Ejection seat required for both cockpits.11.Common multi-function display (MFD) cockpit configuration for all aircraft to include GPS navigation capability.12.Flight visibility: Aircraft must allow a full 270 horizontal degree field of view from the front cockpit field centered on the nose of the aircraft. Minimal obstructions permitted, i.e. window frames, canopy rails, low wing, heads-up display (HUD).13.Front cockpit must have a HUD with an air-to-ground system capable of computing and displaying the continuously computed impact point (CCIP), continuously computed release point (CCRP), dive toss (DTOS), strafe, and manual weapon aiming computation/release. Systems/capability must meet U.S. government releasability/exportability requirements.14.Must have a defensive countermeasures package consisting of chaff and flare dispensers. Systems/capability must meet U.S. government releasability/exportability requirements.15.To allow for a shorter logistics trail, all aircraft should be configured to be readily available for use as either a two-seat advanced trainer or a two-seat attack platform with no field level conversion necessary other than loading munitions or stores (see item #32 below for munitions/stores).16.Night Vision Goggle (NVG) compatible cockpit to allow for future expansion of mission capability.17.Air conditioning and heating system capable of cooling/heating the aircraft cockpit and avionics within operational limits for outside temperatures from -54C to 45C to include solar gain.18.Pressurized for sustained flight up to FL300.19.On-board oxygen generating system (OBOGS) to support pressurized flight up to FL300.20.Takeoff within 6000' of available runway and clear a 50' obstacle with a 200 ft/nm climb gradient at: 1) pressure altitudes up to 4000' feet and temperatures up to 40C with two (2) hours of fuel at 10,000' cruising altitude, and 2) pressure altitudes up to 6000' and temperatures up to 30C with 90 minutes of fuel at 10,000' cruising altitude.21.Land within 6000' of available runway at: 1) pressure altitudes up to 4000' feet and temperatures up to 40C, and 2) pressure altitudes up to 6000' feet and temperatures up to 30C with worst case aircraft stores configuration and maximum landing weight for the aircraft.22.Continuous cruise speed: 250 KTAS at 10,000' density altitude on a standard day and full fuel minus that fuel required to taxi out, take off, and climb to 10,000' AGL from sea level with worst case aircraft stores configuration. 23.The weapon system shall be able to operate in the following environmental conditions:a.Ground Operations from -23C to 45Cb.Flight Operations from -54C to 45Cc.Take-off from a 6000ft runway at -54C to 45C24.Aerobatic capable of performing the following maneuvers with clean configuration (no stores): aileron roll, barrel roll, chandelle, cloverleaf, Cuban eight, Immelman, lazy eight, loop, and split-S.25.Aircrew size: Shall accommodate pilots with sitting heights of 34" - 40".26.Capable of single pilot IFR operation.27.Flight duration: Aircraft, equipped with external fuel tanks and worst case stores configuration, must fly 3.0 hour sorties plus 30 minutes fuel reserves.28.Avionics: IFR capable. Dual Comm with single Nav/ Hobbs meter/ Mode C reporting transponder, Global Positioning System (GPS), audio panel and integral intercom meeting US Mil Std (compatible with USAF-standard headsets and/or helmets). Must be ILS, LOC, NDB, VOR/DME, and/or GPS approach compatible.29.Communications suite shall consist of internal crew intercom and the ability to communicate to Air Traffic Control (ATC) facilities and operational agencies, both line of sight (LOS) and beyond line of sight (BLOS) via voice on: Civil/ Military VHF Voice and Ultra High Frequency (UHF). The voice communications system shall have the capability to be upgraded to accommodate secure voice communications.30.Aircraft flight controls: All aircraft flight and fuel controls, and critical/essential circuit breakers must be accessible from front cockpit, with seat belts/shoulder harnesses fastened.31.Instrumentation: All aircraft controls and instruments within each cockpit must be visible and accessible from the seat, with seat belts/shoulder harnesses fastened.32.At least a total of five NATO/US compatible hard points and capable of the following but not limited to:a.Carry up to 500lb laser guided and conventional munitions (minimum of Mk81/82 class)b.Carry rocket pod munitionsc.Carry external fuel tanksd.Carry and operate an aiming sensor which includes a laser designatore..50 Cal machine gunsf.Systems/capability must meet US Government releasability/exportability requirements Desired Characteristics:1. Anti-ice/de-ice system to allow flight in moderate icing conditions.2. Data link ability to provide future capability.3. Field convertible reconnaissance variant of the selected platform should exist or be available with U.S. military department certification (in order to facilitate/speed the transition from a training mission to an operational mission): a.Electro-optical / infrared (EO/IR) sensor suite should be capable of providing infrared video and photographs. b.Capable of allowing post-flight download and data link.c.Systems/capability must meet US Government releasability/exportability requirements.4. Carry rail launched munitions.5. Available integrated ground training system.6. Missile approach warning system. Systems/capability must meet US Government releasability/exportability requirements. Attachment 2--Contractor Logistics Support (CLS) for Light-Attack Aircraft1.Provide total CLS at the operating base for a 24-month period to begin three months prior to first aircraft delivery. CLS should encompass all launch, recovery, towing and flight line servicing, including actions required for operating and maintaining the aircraft, subsystems and support equipment. The CLS should include aircraft maintenance and personnel, all materials and inspections, publications, supply of all contractor maintained spares and support equipment, repair and overhaul of all repairable spares, maintenance, repair or replacement of all support equipment, engine repair and engine overhaul. Contractor shall provide the necessary operator and organizational level maintenance training based on data available under the FMS program, developed and presented in accordance with specific Afghanistan equipment including Customer Operated Maintained and Operated Base Supply. Contractor provided training shall be transition-type training intended to enhance the exi! sting skill sets already possessed by the ANAAC students in their particular field of expertise. Contractor shall recommend a spare parts package to support a desired aircraft utilization rate of 60 hours per month per aircraft. Includes all support except pilots and fuel. 2. The CLS contractor must provide an on-site team of personnel to support/maintain each aircraft at an operational rate of 60 hours per month per aircraft with a fully mission capable (FMC) operations availability of eighty percent (80%). The 80% mission capable rate is applied on a "fleet-wide" basis, not an individual aircraft basis. Attachment 3--ROM Pricing InstructionsPlease provide a Rough Order of Magnitude (ROM) estimate on the cost per aircraft with a delivery of six aircraft to Afghanistan. Then, please provide a ROM on the cost per aircraft for an additional 14 aircraft. Also please provide a ROM on the cost per year of CLS for the first two years with 6 Aircraft and per year for three years supporting 20 aircraft. For more information on "Afghanistan Light Attack Aircraft", please refer to:https://pixs.wpafb.af.mil/pixs_solicitation.asp?id=6367
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8615-10-R-ZZ01/listing.html)
 
Record
SN01995312-W 20091101/091030235121-333bb27c7d04139798a85beeaf8fa357 (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.