Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 2,1995 PSA#1275

ASC/LAAV, Wright-Patterson AFB, OH 45433-7233

15 -- A FLEET OF AT LEAST SIX LONG-RANGE, HIGH VOLUME AIRCRAFT CAPABLE OF DISPATCH ON SHORT NOTICE TO ANY SUITABLE AIRFIELD IN THE WORLD TO REPLACE SEVEN C-137B/C AIRCRAFT POC Jeff Mellott, Contracting Officer, (513) 255-9174/Robert Marx, Commerical Aircraft Integrated Product Team Leader, (513) 255-7300. Sources Sought--This notice is to solicit interested Prime Contractors/Teams for the C-137 Replacement Program. The Air Force intends to lease with an option to buy a fleet of long-range, high-volume aircraft to replace seven aging C-137B/C aircraft which must be capable of short notice airlift to any suitable airfield in the world, independent of ground support equipment. Each aircraft (designated a C-32A) must be capable of carrying at least 60 passengers, 18 crew members, and associated baggage, with an executive interior. The maximum range requirement necessitates that 40 passengers, 18 crew members, and baggage (14 ft3/per person) fly nonstop from Frankfurt, Germany to Andrews AFB, MD at normal cruise speed. The missionized aircraft must be FAA certified at time of delivery IAW 14 CFR Part 25, to include Stage 3 noise certification under 14 CFR Part 36 and should be based on a type certified design at the time of proposal. The communication system must provide worldwide state-of-the-art, clear and secure voice, data, and facsimile capability. An automatic self-defense system is required to reduce aircraft vulnerability to shoulder-launched, infrared-guided missiles. The aircraft must provide sufficient storage to accommodate supplies and equipment to prepare freshly cooked in-flight meals for all passengers and crew members. Provisions for concurrent aircraft servicing, refueling, boarding, and maintenance with passengers on board must be provided. The maintenance concept is for off-equipment maintenance to be provided by Contractor Logistics Support (CLS), including 24-hour Contractor Operated and Maintained Base Supply (COMBS). Type 1 initial cadre and sustainment training will also be included in this acquisition. A period of at least six months of Interim Contractor Support (full CLS) is anticipated during the transition period between all C-137 operation and C-32 initial deliveries. The draft Operational Requirements Document (ORD) is anticipated to be coordinated by Air Staff for aircraft, passenger communication and infra-red counter measures requirements in January 1995 with a Program Management Directive shortly thereafter. It is the Air Force's intent to convene a preliminary configuration conference at Andrews AFB, MD in February 1995 to accomplish the following: (a) Review the validated ORD for the interim lease and fully compliant requirements, (b) allow for an orientation visit with the 89AW for contractors to better understand their mission and the limitations imposed by the current C-137B/C fleet, (c) allow potential offerors to do an initial site survey, (d) host a preliminary configuration conference whereby a review of design changes (to include Federal Aviation Administration amendments since original type design, airworthiness directives, service bulletins, service difficulty/manufacturers' reports and commercial catalog options) will be conducted to define the required configuration for each aircraft type with respect to the offeror of that aircraft type, (e) review preliminary spares recommendations. Current plans remain as briefed to industry in October 1994 with the exception that the Air Force will enter into a lease agreement in FY96 with the aircraft available for delivery to the Air Force in FY97, with the planned potential buy (option exercise) remaining as 1/1/2/2 starting in FY98 and concluding in FY01. The leased aircraft shall be equipped with all ORD required capabilities with the exception of airstairs, baggage loader, and IRCM. Interim communication capabilities are required for lease delivery with upgrade to fully compliant communications and the above items occurring as a retrofit when the buy profile begins. Secondly, as a continuation of our efforts to build an executable budget, we need to better definitize the Air Force's termination liabilities. Accordingly, request each potential offeror respond to the following questions based on the assumption that contract award is in Dec 95 and that leased aircraft deliveries are in 12 to 16 months after contract award. Response to these questions is optional. a. What types of termination costs do you foresee the Government being liable? b. If the contract is terminated at the end of FY96 (Sept 96), what is the estimated termination liability you expect the Government to incur (including deconfiguration costs)? c. If the contract is terminated in any year of the lease period (FY97-FY01), what is the estimated termination liability you expect the Government to incur in each fiscal year? (including deconfiguration costs)? d. What costs, if any, would the Government incur if the lease aircraft are not purchased at the end of the 5 year lease period? e. Since during the lease period the aircraft would not be owned by the USAF, what types and estimated amounts of insurance costs, if any, do you plan on including in your lease price? f. Based on the previous version of the ORD, what is Rough Order of Magnitude estimate of the total non-recurring effort to be amortized? g. What would a ROM lease price be if we were to incorporate all of the above costs into the lease price and essentially create a lease agreement whereby the government does not incur any cancellation liability? h. Request you quantify the fiscal impact (benefits) of a multiple year lease/buy commitment versus an annual option for an additional lease year. i. Request you identify the financial difference of our present approach of lease with optional buys beginning in FY98 to a straight 25-year lease. j. What limitations, if any, based on the Government not owning the leased aircraft do you foresee? For example: (1) If the aircraft retains its civil registration will the 89th need to pursue an operator's certificate in order to comply with continuous airworthiness requirements, ETOPs, etc.? (2) Will all of the 89th mechanics need to be A&P certified mechanics? (3) Will the COMBs need to be on FAA Repair Station? Thirdly, the Air Force is currently in the process of definitizing the acquisition strategy for the subject program. An integral part of that strategy is the requirement for improved passenger communications. If you desire to participate in the formulation of the communications strategy, you are invited to attend a meeting on 03 Feb 95 at Hanscom AFB, Boston, MA, to discuss potential communications approaches. The 03 Feb 95 meeting will be conducted in the O'Neil Auditorium, Bldg 1606, Hanscom AFB, from 0800-1200 hours. If you are interested in attending the 03 Feb 95 meeting, please contact Mr Jeffrey Mellott, (513) 255-9174 or Mr Robert Marx, (513) 255-7300 for additional information. This synopsis is for information and planning purposes only, does not constitute an RFP, and is not to be construed as a commitment on the part of the government. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of the acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to the use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman Col Robert C. Helt, Director, Program Management, ASC/CY, Bldg 20411, 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 the acquisition to ASC/LAAV, Bldg 16, 2275 D Street, Suite 16, Wright-Patterson AFB OH 45433-7233, ATTN: Mr. Jeff Mellott, Contracting Officer, (513) 255-9174, or Mr. Robert Marx, Commercial Aircraft Integrated Product Team Leader, (513) 255-7300, Fax (513) 476-7117. Contractor capability response should be submitted to ASC/LAAV no later than 15 calendar days from the date of this CBD notice. The response should include an expression of intent to bid as a prime contractor and include teaming arrangements and identification of the type, model and series of aircraft you intend to bid. The Configuration Conference will only be available to potential primes and their proposed teams. (Responses to the contingent liability questions are needed as soon as possible but NLT 30 days from this CBD notice.) (0031)

Loren Data Corp. http://www.ld.com (SYN# 0253 19950201\15-0007.SOL)


15 - Aircraft and Airframe Structural Components Index Page