Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 23,1995 PSA#1267

ASC/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