Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 27,1995 PSA#1376

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 SOL F33657- 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. This synopsis replaces the synopsis published on 23 Jan 95. Program direction is provided by the PMD 2378(1) signed 21 Mar 95. The Air Force intends to acquire two new (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. Potential bidders should identify whether they can accommodate a trade. This procurement will only be for NGB aircraft. The Operational Requirements Document (ORD) for the C-21A replacement program cites the following aircraft requirements: a) capability to transport 8 passengers, 2 crew members, and baggage nonstop from Andrews AFB, MD to Colorado Springs, CO with 85% worst case winds and AFR 60-16 Military Instrument Flight Rules (IFR) fuel reserves, 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) fuel reserves, c) certified to 41,000 ft as a requirement (objective 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), fully integrated Flight Management System (FMS)/Inertial Navigation System (INS), differential GPS (P/Y code compatible), ILS, TACAN navigation (integrated desired), 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/navigation system must include Identify Friend or Foe (IFF/SIF) transponder with mode S, VHF, UHF/AM, HF (with SELCAL) and provide inflight telephone communications, m) aircraft needs to be able to carry two litters, and also be able to accept two critical care units with appropriate power connectors, n) Flight deck must meet FAR Part 25 and 91/121 overwater operations requirements, o) aircraft must be capable of ILS Cat II landings, and p) the highest level of traffic collision avoidance system (TCAS) with growth capability is required. Replacement aircraft must be able to be integrated into the existing maintenance 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. A Contractor Operated and Maintained Base Supply (COMBS) will be established at Andrews AFB to provide spares support. There will be no increase in blue suit personnel or change in skill codes. Interested sources are requested to submit the appropriate data specifically addressing their capabilities to meet the minimum configuration and performance requirements as stated above. Potential offerors who responded to the 23 Jan 95 synopsis are only required to respond to the additional areas not previously addressed. 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 have access to the Operational Requirements Document (ORD) for their own use via the PIXIS electronic bulletin board. Bidder feedback on the ORD is appreciated. In an effort to foster a better understanding of the user requirements, a market research conference is being planned tentatively for 28-31 Aug 95. This conference is designed for industry input and participation is appreciated. Examples of topics to be covered at the conference include a review of the ORD, review of the FAA Type Certification Data Basis for each offered aircraft system, review of all Airworthiness Directives and Service Bulletins, review of the FAA service difficulty/manufacturers' reports for any configuration impacts and potential service bulletin action, review of catalog capability oriented options available, review of preliminary spares recommendations, review of preliminary draft RFP, and an opportunity to conduct a preliminary site survey. Additional details on items contained in this announcement may be obtained by notifying one of the points of contact. 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 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 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, Contracting Officer, 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 days from the date of this CBD notice. (0174)

Loren Data Corp. http://www.ld.com (SYN# 0279 19950626\15-0001.SOL)


15 - Aircraft and Airframe Structural Components Index Page