Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 13, 2018 FBO #6015
MODIFICATION

15 -- Long-Range Aircraft

Notice Date
5/11/2018
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Justice, Federal Bureau of Investigation, Procurement Section, 935 Pennsylvania Avenue, N.W., Washington, District of Columbia, 20535, United States
 
ZIP Code
20535
 
Solicitation Number
RFI_FAU-H051120180001
 
Archive Date
6/13/2018
 
Point of Contact
Laura Mabe, Phone: 256-213-4213, Debra Keeling, Phone: 256-213-2848
 
E-Mail Address
lmabe@fbi.gov, dkeeling@fbi.gov
(lmabe@fbi.gov, dkeeling@fbi.gov)
 
Small Business Set-Aside
N/A
 
Description
1. Purpose: This RFI is issued on behalf of the Federal Bureau of Investigation (FBI) for the potential of a long-range aircraft purchase. The purpose of this RFI is to gather information to allow the FBI to obtain technical information on the available inventory for purchasing a long-range aircraft that meets the requirements listed in subparagraph 3.2 below. This is not a request for proposal (RFP) or quote (RFQ). This RFI is for market research purposes only. This RFI does not constitute a solicitation and shall not be construed as a commitment by the government. Responses in any form are not offers and the Government is under no obligation to award a contract as a result of this announcement. No funds are available to pay for preparation of responses to this announcement. Any information submitted by respondents to this technical description is strictly voluntary. Not responding to the RFI does not preclude participation in any future RFP, if any is issued. If a solicitation is released, it will be synopsized on FedBizOpps; it is the responsibility of potential offerors to monitor FedBizOpps for additional information pertaining to any such solicitation. 2. Background: The FBI requires an ultra-long range aircraft to provide a rapid response to transport DOJ personnel world-wide in support of Counterterrorism and other sensitive FBI investigations. This need is currently being met by operating an eighteen year old Gulfstream G-V. The FBI intends to replace this aging aircraft with a brand name only acquisition of a Gulfstream G550 or equivalent which is no more than three (3) years old and/or has 1,500 or less flight hours. 3. Instructions: Please direct any questions to the email addresses below by May 18, 2018, 13:00 CST. All questions will be answered on or before May 29, 2018 via FedBizOpps. Questions must be submitted in the following email format: Subject Line: RFI FAU-H051120180001: Long Range Aircraft Lease or Buy Decision, Question - (Contractor's Name) Interested parties should submit their questions this RFI in electronic Microsoft Word compatible or PDF format listing all questions using a numbered sequence for each separate question to the attention of: Debra Keeling via email to dkeeling@fbi.gov and Laura Mabe via email to lmabe@fbi.gov All information should be unclassified and should not exceed seven (7) single-sided 8 1/2 by 11 inch pages, with one inch margins in no smaller than 12 point font in Times New Roman theme. The Government reserves the right to refuse to respond to questions greater than the above page limitation. Please respond with the following information: 3.1 Contractor Data: Respondents shall include the following in its capability statement: Cover letter with company name, address, telephone number, a point of contact with e-mail address, Federal Cage Code, Data Universal Numbering System (DUNS) number, Central Contractor Registration Number, business size, and security clearance level. 3.2 Aircraft Information: Interested parties should send information for a Gulfstream G-550 or equivalent aircraft that meets the following technical requirements: • be either new or pre-owned (manufactured no earlier than 2015), and equipped with new or pre-owned engines manufactured no earlier than 2015; • with or without interior modifications, transport no less than 14, and up to 19, passengers and associated baggage (a minimum of 2 per passenger/large duffle-type bags); • include a minimum of 195 cubic feet of cargo in approved cargo space; • travel 6,700 nautical range at Mach 0.80 or greater with National Business Aircraft Association (NBAA) reserves; • have a maximum height of 27'1"; • have a maximum of length 112'; • have a maximum wingspan of 105'; • have the galley located in the rear of the main passenger seating area; • have a crew rest area, forward of the galley, equipped with a 60hz power outlet, minimum of 6 ports, on two separate circuits and data port; • have two lavatories, one forward and one aft of the main passenger seating area; • include Triple Flight Management Systems; • include Securaplane camera system with three cameras or equivalent, viewable in cockpit (Securaplane 500); • include Synthetic Vision SV-PFD (ASC 061A) • include Enhanced Vision System (EVS) and heads up display (HUD); include Foxtrot Enhanced (ASC 911) Navigation (ASC 084A/084B) to include WAAS/LPV, FANS 1/A-CPDLC Paperless Cockpit; • TCAS II with change 7.1 (ASC103); • Dual Honeywell Mode S Transponders with enhanced Flight ID and ADS-B Out (ASC 105); • APU Thermal Barrier installation (ASC 090/090A) • Plane View Avionics Enhancement (ASC 107 and 113A); • Plane View Master Operating System Software Update; • CNX (Standard IS 54,500 lbs); • include wireless Internet throughout the cabin with speeds meeting or exceeding 512k; • include Satellite telephone; • include Satellite television; • include Aircell/GOGO System Antenna or equivalent; • include KU or Ka Band, Iridium, and/or Yonder Sat System Antenna or equivalent; • include TACSAT UHF Antenna or capability to install; • include a printer; • LED taxi, Navigation, and landing lights • FORMS installed within the mini QAR • LINK 2000 plus compatibility • ADSC • VDL Mode 2 • XM and datalink weather display • never have been previously titled outside of the United States of America, with Offeror's notarized certification validating requirement; • be the same airframe, make, and variant from the same original manufacturer; • provide maintenance and safety records for offered primary aircraft; • identify backup and supplemental aircraft with response; • include ancillary maintenance equipment along with the aircraft to include 4 built up main wheels, 2 built up nose wheels, all associated aircraft plugs and covers, all FAA mandated safety equipment to include the life rafts, 3 gear pins along with the fly away kit, a Tron Air Tow Bar Head, an installed tow bar, Jack pads, one axle jack pad, any required specialty tools, and all standard OEM test equipment • Seller shall have a Tip to Tail Parts Program (or equivalent) whereby any required aircraft parts are available on short notice. 3.3. Technical Specifications of Aircraft: Interested parties should submit technical documentation of the aircraft. The minimum following technical specifications should be provided: • Serial number and tail number of aircraft available for purchase • Year manufactured • Airframe total flight hours and landings • Engine make and model, hours, cycles • Current maximum passenger configuration (without modification) • Date of availability for purchase/transfer • Location of aircraft 3.4 Proprietary Information: Proprietary information, if any, should be minimized and must be clearly marked. To aid the Government, proprietary information should be segregated. Please be advised that all submissions become Government property and will not be returned.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DOJ/FBI/PPMS1/RFI_FAU-H051120180001/listing.html)
 
Record
SN04919857-W 20180513/180511230850-09830eb9414e58a83697d8ac6b2b56f8 (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.