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