Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 12,1996 PSA#1614

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

15 -- TWO COMMERCIALLY AVAILABLE LOW VOLUME JET TYPE AIRCRAFT POC Jeffrey H. Mellott, Contracting Officer, (513) 255-9174/James T. Reveal, Small VC-X Program Manager, (513) 255-7300. This notice is to announce a sources sought to all potential offerors. The Program Management Directive (PMD) for this acquisition is approved. Funding is identified in the President's FY97 Budget. The Air Force intends to acquire two new intercontinental low volume type jet aircraft to replace two existing C-137 aircraft in the 89th Airlift Wing inventory. Replacement aircraft must meet the following minimum configuration and performance requirements: a) must be FAA certified or have an FAA approved type inspection authorization (TIA) at time of proposal leading to compliance with 14 CFR Parts: 25 (airworthiness), 34 (pollution), and 36 (noise), b) capability to transport a minimum of 12 passengers, 4 crew members, and associated baggage nonstop, a no wind range of 4150 nm, c) cruise ceiling of 31,000 ft minimum after maximum gross weight takeoff, d) be able to operate out of a 5,000-foot runway carrying a minimum of 12 passengers and 4 crew, fly 3 hours at normal cruise under ISA conditions with fuel reserves, e) FAR landing distance shall not be greater than 5,000 ft at maximum landing weight, f) capability of a normal cruise speed of .80 mach, g) a minimum of 225 cu ft of baggage space and 275 lb weight allowance for passenger and baggage, h) the cabin must include a DV compartment with first-class sleeper seats and a staff compartment with business-class sleeperette seats, i) must contain sufficient lavatories to accommodate a minimum of 12 passengers and 4 crew, j) galley of sufficient size/storage and capability to provide two first class quality meals per flight per passenger/crew, k) two pilot cockpit with current generation avionics with Flight Management System (FMS) with integrated GPS upgradable to Future Air Navigation System (FANS), l) a single TACAN with X and Y channel capability is required, m) communication system must include UHF/AM radio with HAVE QUICK capability and IFF/SIF transponder, and both Satellite and Terrestrial communication systems for secure/nonsecure voice and data communications, n) must be equipped with an embedded anti-tamper security system. The 89th Airlift Wing will perform on-equipment/on-aircraft scheduled and unscheduled maintenance. The contractor will perform all other maintenance including heavy maintenance. A mission capable rate of 90 percent is a required portion of the contractor logistic support program. Interested sources are requested to submit the appropriate data specifically addressing their capabilities to meet the minimum configuration and performance requirements as stated above. The Air Force intends to conduct an operational demonstration of the candidate aircraft during source selection, thus, aircraft availability and both ground and flight profiles should be submitted. If candidate aircraft is not FAA certified certification status and schedules should be submitted. Additional information such as commercial payment profiles, costs associated with the exercise of options for any additional aircraft, other policies or provisions, and data which are deemed to be beneficial to the Air Force should also be submitted. 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 will have access to Operational Requirements Documents (ORD) for their own use via the World Wide Web at WWW.PIXS.WPAFB.AF.MIL on the PIXIS electronic bulletin board (when they are approved) . Bidder feedback is appreciated and will be used to further clarify requirements and acquisition strategy. In an effort to foster a better understanding of the user requirements, a market research conference is planned, with respondents to this synopsis to be notified of the time and location. Examples of topics to be covered at the conference include: review of requirements documents, review of the FAA Type Certification Basis for each offered aircraft system, review of catalog capability oriented options available, review of preliminary spares recommendations, and an opportunity to conduct a preliminary site survey. Offerors are encouraged to suggest other agenda items which are deemed of value. 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 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 Col Michael J. Corcoran, at (513)255-0600. 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. 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)255-7300. Contractor capability response should be submitted to ASC/LAAV no later than 15 working days from the date of this CBD notice. (0162)

Loren Data Corp. http://www.ld.com (SYN# 0170 19960611\15-0009.SOL)


15 - Aircraft and Airframe Structural Components Index Page