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