Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF APRIL 17, 2013 FBO #4162
MODIFICATION

15 -- Request for Information for United States Army Future Utility Aircraft (FUA)

Notice Date
4/15/2013
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ACC-RSA - (Aviation), ATTN: CCAM, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ-13-R-FUA1
 
Response Due
4/30/2013
 
Archive Date
6/14/2013
 
Point of Contact
Melissa Jean, 256-842-7505
 
E-Mail Address
ACC-RSA - (Aviation)
(melissa.jean@peoavn.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Previous notice, posted on 25 March 2013, is amended to add criterion #17 below. The due date for responses is not extended. REQUEST FOR INFORMATION (RFI) ONLY FOR PLANNING PURPOSES. This notice serves as market research in accordance with FAR Part 10. Responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. THIS IS NOT A REQUEST FOR COMPETITIVE PROPOSALS AND NO CONTRACT WILL BE AWARDED FROM THIS REQUEST FOR INFORMATION. The Program Executive Office for Aviation, United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, is performing an informal cost/benefit analysis to determine the feasibility of replacement of the United States Army's C-12 and C-26 Operational Support Aircraft. The Army has an ongoing requirement to provide Commanders with flexibility in meeting time-sensitive movement of key personnel throughout the theater of operations. There is also a requirement to integrate military communications, navigation, surveillance, and survivability equipment. The purpose of this announcement is to gain knowledge of interest, capabilities, and qualifications of business sources to support this potential requirement as a prime contractor. In order to be considered a suitable candidate, all proposed replacement aircraft must meet the following minimum criteria: 1) Aircraft must be commercial in nature, currently in production, and capable of being modified to include military communications, navigation, surveillance, and survivability equipment. 2) FAA civil type certified (or airworthiness certified by either another nation's civil certification recognized by the FAA, or by either the U.S. Air Force or U.S. Navy IAW the Services memorandum of Agreement on Mutual Acceptance of Airworthiness Data and Army Regulation 70-62, Airworthiness Qualification of Aircraft Systems). 3) Single pilot operations with seating for two pilots with flight controls. 4) Certified for instrument flight rules for world-wide operations. 5) Certified for operations in moderate icing conditions. 6) Pressurized cabin and passenger area. 7) Service ceiling altitude - not less than 35,000 ft MSL. 8) High speed cruise airspeed - not less than 275 Knots. 9) Maximum payload - not less than 2700 lbs. 10) Baggage capacity - not less than 900 lbs. 11) Passenger seating - for no less than 9 passengers. 12) On-board toilet, or provisions for installation as an option. 13) Ferry flight range - at least 2400 NM with a 45 min reserve. 14) Capable of routine operations on semi-improved airfields without damage. 15) Cargo door, or provisions for installation as an option. 16) One-Engine Inoperative climb performance during takeoff at Max takeoff weight, ISA, sea level - not less than positive. 17) Multi-engine. Offeror's response to this announcement shall be limited to 5 pages (excluding coversheets and/or table of contents) and shall include the following information: 1) Offeror's name, address, point of contact, phone number, and e-mail address. 2) Copy of the Offeror's Type Certificate Data Sheet verifying US civil type certification or a copy of the Federal Aviation Administration (FAA) 8110-12 application for US civil type certification or a copy of a foreign civil airworthiness authority's application and submittal letter to the FAA for US civil type certification validation. 3) Offeror's type of small business and Business Size (whether HUB Zone, Service Disabled Veteran Owned Small Business, 8(a), etc...). 4) Offeror's Joint Venture information if applicable - existing and potential. 5) Aircraft technical specification brochures and supporting information. 6) Aircraft current market sales price. 7) Estimated annual aircraft operational costs and cost per flight hour. The US Army Contracting Command-Redstone (ACC-R) is the responsible contracting office supporting this RFI. The ACC-R POC is Ms. Melissa Jean. All responses shall be submitted to ACC-R, ATTN: CCAM-AR-A/Ms. M. Jean, 650 Discovery Drive, Huntsville, Alabama 35806. Your responses are required by 1200 CST 30 April 2013. Respondents to this RFI should not expect a response to their submission. Further information will be posted to this website or other appropriate websites if required and when available. This is market research and is not a request for proposals. No reimbursement will be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this research process to commit or obligate the Government to further action as a result of this research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/8db2d76dbdf8041f7d78f6232fe19764)
 
Place of Performance
Address: ACC-RSA Fixed Wing Division ATTN: CCAM-AR-A, 650 Discovery Drive Huntsville AL
Zip Code: 35806-2802
 
Record
SN03036561-W 20130417/130415234428-8db2d76dbdf8041f7d78f6232fe19764 (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.