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