Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 29,1996 PSA#1519

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

15 -- LEASE OF TWO COMMERCIALLY AVAILABLE PAX TYPE AIRCRAFT POC Mark D. Bennington, Contracting Officer, (513) 255-5973/Lt Col Richard O. Roop, Team Leader, (513) 255-5189. This is a NOCA, Sources Sought Announcement and Notice of Pre-Solicitation Conference to all potential offerors. The Pre-Solicitation Conference is scheduled for 06 Feb 96 at Andrews AFB beginning at 0800. Further details can be accessed through the ASC Pre-Award Information Exchange System (PIXS) via Telnet or wide area network (DDN) 129.48.120.143 as they become available. Access to PIXS can also be gained through computer modem by calling (513) 476-7217. To obtain additional information about the system, please contact ASC/CYX at (513) 255-7073. For problems accessing PIXS, please call (513) 255-2739. The Program Management Directive (PMD) and Operational Requirements Document (ORD) for this acquisition are being finalized. The Air Force intends to lease up to two commercially available pax type aircraft of the same make, model, and type with first-class type interiors for executive-style airlift. These aircraft will be used to fly senior government officials around the world. The majority of the flights will be into commercial airports. The anticipated lease period is 12 months with two (2) one-year options. The Air Force intends to issue a combined synopsis/solicitation in accordance with Federal Acquisition Regulation Part 12.603 on or about 12 Feb 96. Contract award is scheduled for 1 Apr 96. Subject aircraft must meet the following minimum configuration and performance requirements: a. Two FAA certified (Federal Aviation Regulation (FAR) Parts 25 and 121) intercontinental aircraft. Aircraft will be operated in the public use category with an USAF serial number registration. Aircraft and aircrews will be based at Andrew AFB, MD. The average monthly flight hours is TBD hours per aircraft. b. Range of 4150 NM plus reserves minimum, unrestricted worldwide operations for both air traffic control (ATC) communications and navigation capability required. c. Minimum 30 passenger seats required with 10 first class seats required. Executive interior desired. d. Commercially available passenger communications required. High quality, world-wide, secure voice and data desired. e. Ability to serve first class meals to all passengers is required. Ability to prepare and serve fresh first class meals is desired. f. Cargo capacity for all crew/passenger baggage and food preparation/supplies for a two-week trip is required. 275 lb. allowance for crew/pax and baggage (175 lb for crew/pax, 100 lb for baggage). g. Aircraft will be crewed by contractor personnel with an option for the aircraft to be crewed with 89AW personnel. h. Contractor will supply logistics support. Complete aircraft maintenance will be accomplished by the contractor with an option for 89AW personnel to perform on-equipment maintenance. Regardless of who performs on-equipment maintenance, off-equipment maintenance will be contractor supported. Contractor-provided maintenance must be performed in accordance with FAR Parts 43/125/145. i. AVPOL will be supplied by Air Force. j. If Air Force exercises the option to supply aircrews and/or on-aircraft maintenance, contractor is required to train all personnel to be fully qualified and to deliver all required technical data prior to aircraft delivery. k. Access to common support equipment will be provided by the Air Force. Compatibility with existing support equipment at 89AW is desired. Unique items will be furnished by the contractor. l. No unique military equipment or aircraft modifications will be required. m. Aircraft self-sustainability for heat, electrical power, and start capability on the ground is desired. n. Ability to secure the aircraft from ground intrusion is desired. o. Aircraft must be capable of dispatch throughout entire lease period (''D'' checks complete and not required during lease period, aging aircraft inspection complete). No depot maintenance during lease period. A fleet dispatch reliability rate (FDRR) of 95% or greater is required. Reliable dispatch is take-off within 15 minutes of scheduled departure. Mission Capable (MC) is the percentage clock time that a system is capable of performing at least one of its missions (percent of time the system is fully or partially mission capable). An MC rate of at least 90% is desired. Not Mission Capable Supply (NMCS) is the percentage of possessed clock time that system is inoperable due to the lack of a supply part. The NMCS requirement is no more than 2%. Partially mission capable supply (PMCS) is the percentage of possessed clock that a system is not capable of performing all of its designed missions due to lack of a supply part but is capable of performing at least one of its design missions. The PMCS requirement is 4% maximum. p. World wide dispatch capability, with no restrictions to aircraft operations is required. q. Inflight access to avionics equipment and forward cargo is desired. r. Aircraft must have all safety equipment required by FARs. s. Neutral paint scheme is required with option for aircraft to be painted with Air Force Operational Support Airlift (OSA) or 89AW paint scheme. Interested sources are to submit data specifically addressing their capability to meet the minimum configuration and performance requirements as stated above. Data should be provided in a form determined by the potential offeror that would allow the Air Force to conduct various performance analyses. Proposals will be accepted from only those prospective sources who respond to the upcoming CBD announcement/solicitation, and have both met the minimum configuration and performance requirements and can deliver leased aircraft certified by FAA within 90 days (60 days desired) of contract award. Data provided by the Air Force will be on an ''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 offers are invited to contact ASC's Ombudsman, Col Michael J. Corcoran, ASC Inspector General, ASC/IG, 1865 Fourth Street, Suite 12, Wright-Patterson AFB, OH 45433-7126, at (513) 255-0600, with serious concerns only. Routine communication concerning this acquisition and any interest in attending or questions concerning the Pre-Solicitation Conference should be directed to the point of contact listed below. Foreign-owned firms are asked to immediately notify the Air Force point of contact cited below upon deciding to respond to this announcement. Please include sufficient information to permit evaluation of technical capabilities in writing to: ASC/SD, ATTN: Mark D. Bennington, 2275 D Street, Suite 16, Wright Patterson AFB, OH 45433-7233, phone: (513) 255-5973. Contractor capability response should be submitted to ASC/SD no later than 10 days from the date of this CBD notice. (0025)

Loren Data Corp. http://www.ld.com (SYN# 0189 19960126\15-0016.SOL)


15 - Aircraft and Airframe Structural Components Index Page