Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 16,1996 PSA#1574

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

15 -- C-137 REPLACEMENT PROGRAM (VC-X);FOUR FAA CERTIFIED COMMERCIAL AI RCRAFT POC Jeffrey H. Mellott, Contracting Officer, (513) 255-7300. Sources Sought. The Air Force intends to release a streamlined (IAW FAR Part 12) Request for Proposal (RFP) for the C-137 Replacement Program (C-32/VC-X). The VC-X program will lease with an option to buy four (4) new intercontinental commercial passenger aircraft to replace the aging C-137B/C aircraft at Andrews AFB MD. The VC-X aircraft must be capable of dispatch within three hours of notification to any suitable airfield in the world. Each aircraft must be capable of carrying at least 45 passengers, 16 crew members, and associated baggage, with a three section interior containing first class sleeper seats in the DV area and business class sleeper seats in the crew rest and staff areas, a fore and aft first class galley and clear and secure worldwide commercial communications capability. All aircraft should be capable of accepting a modular design non-permanent Distinguished Visitor kit installation (stateroom/conference area). A maximum of two of these kits will be purchased along with the four identically configured aircraft. The maximum range requirement necessitates that 45 passengers, 16 crew members, and baggage (14 cubic ft/per person) fly nonstop from Frankfurt, Germany to Andrews AFB, MD (a no wind range of 4150 NM) 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 shall be based on a type certified design at the time of proposal. The aircraft must provide sufficient storage to accommodate supplies and equipment to prepare at least two first class in-flight meals per flight for all passengers and crew members. All manuals shall be commercial type with some systems description and performance data added to the flight manual for 89th AW mission requirements (mission planning, etc.) and shall also include a Work Unit Code and Inflight Passenger Service Specialists manual. Provisions for concurrent aircraft servicing, refueling, boarding, and maintenance with passengers on board must be provided. The maintenance concept is for Air Force personnel to provide on equipment maintenance and off-equipment maintenance to be provided by Contractor Logistics Support (CLS). Type I initial cadre training will also be included in this acquisition to include instructor support for 25 flight hours of instruction per pilot after aircraft acceptance. Sustainment training will be separately procured and is not a part of this acquisition. If the USAF is unable to complete initial cadre maintenance training prior to leased aircraft deliveries, a period of up to six months of Interim Contractor Support (over the shoulder supervision) may be required. The estimated budget profile is approximately $360 million dollars for flyaway costs (106.2/88.7/165.1 in FY98/99/00 for a 1/1/2 buyout profile respectively) and approximately $203 million dollars Operations and Support for both lease and CLS (1.0/11.0/24.0/24.0/26/30 for CLS in FY 96/97/98/99/00/01 and 42/39/6 in FY 98/99/00 for lease respectively). In addition, $117M has been authorized for potential termination liability funding. Delivery schedule is to be proposed by the offeror, however, it is an objective to have all aircraft delivered to Andrews AFB (with flight crew training completed) by February 1998. No further upgrades to the previous operational requirements are currently planned for this program. Potential offerors are requested to respond to this notice identifying their capabilities, product to be offered and teaming arrangements, if any, as soon as possible. Upon closeout of the response time, the USAF will conduct a briefing and/or site visit. This procurement will utilize an electronic bulletin board in an effort to streamline the communication process between the Government and industry. The electronic bulletin board is accessible through the World Wide Web at the following internet address, http://www.pixs.wpafb.af.mil. Specific questions concerning operation of the system may be obtained from the system administrator, Mr. Mike Peck, at (513) 255-2739. An Ombudsman has been appointed to hear concerns from offerors or potential offerors during the proposal development phase of this acquisition. The purpose of the Ombudsman is not to diminish the authority of the program director or contracting officer, but to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. The Ombudsman does not participate in the evaluation of proposals or in the source selection process. Interested Parties are invited to call Colonel Michael J. Corcoran, Deputy Chief of Staff, Program Management, ASC/IG, Wright-Patterson AFB OH 45433-6503 at (513) 255-1427. The Ombudsman should only be contacted with issues or problems that have been previously brought to the attention of the contracting officer and could not be satisfactorily resolved at that level.(A1)(A2) 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 Jeffrey H. Mellott, Contracting Officer, (513) 255-7300, fax (513) 255-2696 or 476-7117. (0103)

Loren Data Corp. http://www.ld.com (SYN# 0144 19960415\15-0001.SOL)


15 - Aircraft and Airframe Structural Components Index Page