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