|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1995 PSA#1267ASC/LAAV, Wright-Patterson AFB, OH 45433-7233 15 -- TWO COMMERCIALLY AVAILABLE CURRENT PRODUCTION BUSINESS JET TYPE
AI RCRAFT TO REPLACE TWO EXISTING C-21A AIRCRAFT POC Jeffrey H.
Mellott, Contracting Officer, (513) 255-9174/Lt Hobart R. Alford, C-21
Program Manager, (513) 255-7300. This notice is to announce a sources
sought to all potential offerors. The Program Management Directive
(PMD) for this acquisition is pending. The Air Force intends to acquire
two (with an option for two additional) commercially available current
production business type jet aircraft to replace two existing C-21A
(Lear 35) aircraft in the National Guard Bureau's (NGB) inventory. In
addition, the NGB intends to trade in these 2 existing C-21A aircraft
to partially offset the price of the replacement jet aircraft.
Replacement aircraft must meet the following minimum configuration and
performance requirements: a) accommodations for 8 passengers, 2 crew
members, and associated baggage, b) capability to transport 4
passengers, 2 crew members, and baggage nonstop from Andrews AFB, MD to
San Francisco, CA with 85% worst case winds and AFR 60-16 Military
Instrument Flight Rules (IFR) reserves, c) certified to 50,000 ft, d)
must be FAA certified at time of proposal in accordance with 14 CFR
Part 25, to include Stage 3 noise certification under 14 CFR Part 36,
e) contain current generation avionics with Electronic Flight
Information System (EFIS) and GPS (P-code capability), f) the cabin
must allow for work and rest area providing standard 110v, 60 hz
electrical outlets, g) must contain an entry detection system, h) must
contain an externally serviceable lavatory, i) must be capable of
single point refueling, j) capability of a 440 knot cruise speed, k)
capability of continuous flight in moderate icing conditions l)
communication system must include military mode 4 transponder and UHF
radio with HAVE QUICK capability and provide air to ground passenger
communications for CONUS travel. It is imperative that the 2
replacement aircraft be able to be integrated into the existing support
infrastructure at Andrews AFB and be compatible with Air Mobility
Command's (AMC) existing operational support airlift infrastructure.
The Air National Guard 201st (ANG) will perform
on-equipment/on-aircraft scheduled, and unscheduled maintenance. The
contractor will perform off-equipment/off-aircraft work and any other
work beyond unit capability. The NGB goal is to maintain current
manning levels with the introduction of these two aircraft. The ANG
pilots currently maintain dual currency with the C-22B aircraft. ANG
regulations prohibit triple currency so these new aircraft must be
compatible with the current C-21A flight crew qualification. Interested
sources are requested to submit the appropriate data specifically
addressing their capabilities to meet the minimum configuration and
performance requirements as stated above. Data should be provided in a
form determined by the bidder that provides capability for the Air
Force to conduct different performance analyses. Interested bidders may
request a copy of the Operational Requirements Document (ORD) for their
own use. Bidder feedback on the ORD is appreciated. After the data
provided is analyzed, a solicitation will be issued to, and proposals
accepted from, only those prospective sources who have met the minimum
configuration and performance requirements and can deliver a
replacement aircraft certified to FAA requirements. Data provided by
the Air Force will be on ''as is'' basis. An Ombudsman has been
established for this acquisition. The only purpose of the Ombudsman is
to receive and communicate serious concerns from potential offers when
an offeror prefers not to use established channels to communicate
his/her concern during the proposal development phase of this
acquisition. Potential offers should use established channels to
request information, pose questions, and voice concerns before
resorting to the use of the Ombudsman. Potential offers are invited to
contact ASC's Ombudsman Col Robert C. Helt, Director, Program
Management, ASC/CY, Bldg 2041, 2511 L Street, Wright-Patterson AFB, OH
45433-7503, at (513)255-1427, with serious concerns only. Direct all
requests for solicitations and routine communication concerning this
acquisition to Mr. Jeffrey H. Mellott, Contract Negotiator, ASC/LAAV,
Bldg 16, 2275 D Street, Suite 16, Wright Patterson AFB OH 45433-7233,
(513)255-9174. Contractor capability response should be submitted to
ASC/LAAV no later than 15 working days from the date of this CBD
notice. (0019) Loren Data Corp. http://www.ld.com (SYN# 0226 19950120\15-0008.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|