Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 19,1996 PSA#1724

ASC/LAAV, Wright-Patterson AFB OH 45433-7142

15 -- PART 1: C-137 REPLACEMENT PROGRAM (SMALL VC-X) SOL F33657-96-R-0037 DUE 122396 POC Contact Mr. Jeffrey H. Mellott, Contracting Officer, (513) 255-7300. This is Part 1 of Request for Proposal F33657-96-R-0037 for the C-137 Replacement Program (Small VC-X). This combined synopsis/solicitation for commercial items is prepared in accordance with the format in Federal Acquisition Regulation (FAR) 12.6, as supplemented with additional information included in this notice. Part 1 of 2, contains the program technical requirements. Part 2 of 2, contains the instructions to offerors and evaluation factors, and is in a succeeding CBD announcement. Both announcements constitute the only solicitation, proposals are being requested and a written solicitation will not be used. All costs associated with proposal preparation shall be the responsibility of the offeror. The requirement of the Small VC-X program is to buy two (2) new FAA certified, intercontinental low volume aircraft and associated Contractor Logistics Support (CLS). The Initial Operational Capability (IOC) is projected for FY 98/2 and Full Operational Capability (FOC) projected for FY 98/4. Additionally, options for up to four (4) additional aircraft to be exercised by FY 2003 are required. If the offeror is unable to meet the delivery objective, the offeror shall provide their proposed delivery schedule along with its substantiated benefit to the Air Force. Operating cost assessments of $210,000 per month/per aircraft for continued use of C-137s beyond 30 Sep 98 will be included in the most probable total cost basis for award. In no case shall delivery of the two aircraft be later than 31 Dec 99. The specific technical and logistics requirements are identified by the Small VC-X Annex to Operational Requirements Document (ORD) AMC 003-90-I/II/III Revision I, dated 3 May 96 and the Supplemental Requirements Document (SRD) for the Small VC-X Amendment to VC-X (C-37A)/C-137B/C Replacement Aircraft. This procurement will utilize the Pre-Award Information Exchange System (PIXS) electronic bulletin board (at http://www.pixs.wpafb.af.mil) in an effort to streamline the communication process between the Government and industry. Specific questions concerning operation of the PIXS system may be obtained from the system administrator, Mr. Mike Peck, at (513) 255-2739. The following pertinent program documents on the PIXS bulletin board are hereby incorporated into this Request for Proposal (RFP) by reference: ORD, SRD, Aircraft Characteristics Evaluation (ACE) Plan, and as a guide, Acquisition and Contractor Logistic Support (CLS) model contracts. The acquisition and CLS proposal shall meet all requirements/thresholds as identified in the ORD and SRD. Desires/objectives identified in the ORD and SRD may be offered at the discretion of the offeror. In the event an offeror proposes any desired capabilities (objectives) or offers optional features, they shall be evaluated prior to Best and Final Offer (BAFO). Detailed performance, avionics, communication, and flight planning parameters are identified in the ORD and SRD. No later than the best and final offer, the aircraft shall be FAA certified or have an FAA approved type inspection authorization (TIA) or equivalent which delineates the scope of the certification effort to show compliance with the regulatory agency of the manufacturer's country and any additional requirements to be imposed by the FAA under the respective bilateral airworthiness agreement leading to compliance at aircraft delivery with 14 CFR Parts 25 (airworthiness), 34 (pollution), and 36 (noise). If the offeror desires to receive favorable consideration for enhanced design and safety features, the offeror must submit substantiation from the FAA or an authorized representative as to the degree which the criteria were incorporated in the design. All small VC-X aircraft must be the same model, type, and have the same cockpit configuration. An Aircraft Characteristics Evaluation (ACE) will be conducted, preferably during the same timeframe as the objective oral presentation (OOPs). Fifteen days prior to proposal submittal, each offeror shall submit their proposed ACE schedule, the means to accomplish each point (i.e. real time flight, simulation, data review, etc.), and the name of at least one current North American fleet operator of their candidate aircraft (or similar model if candidate aircraft is not available). This operator must be willing to cooperate with the Air Force in completing the operator questionnaire as part of the ACE. All costs associated with the ACE shall be the responsibility of the offeror. The scope of the evaluations can be found in the ACE Plan. Evaluation results will be included in the Systems Management Factor. The Government shall not be held liable for any mishaps that occur during the ACE as the offerors representative will be pilot in command at all times. CLS detailed requirements are defined in the ORD and SRD. CLS includes activities associated with pre-aircraft delivery support: pre-operational planning and site activation including support facility phase-in which is required NLT 30 days prior to first aircraft delivery. Following aircraft delivery, CLS requirements include the capability to provide interim contractor support (over the shoulder supervision), contractor furnished supply support, warranty administration, field service, enroute support, configuration management, time change item accountability, depot maintenance, updates/revision services for commercial flight and maintenance manuals and other data as required. Federal Aviation Regulation 1.1 flight time accounting rules apply. Proposed contract data may be in contractor format, complying with the intent of the following Data Item Descriptions (DID): Acquisition Contract: DI-A-3027A (Data Accession List/Internal Data), DI-MISC-80564 (Vulnerability Analysis Report) and DI-MISC-81174 (Frequency Allocation Data), commercial manuals (pro forma set with additional quantities separately priced), CLS Contract: DI-MGMT-80368 (Status Report)/81238 (Contract Field Service Report), DI-ILSS-80134A (Spare Parts List), DI-MISC-81371 (Maintenance Data Collection Record), DI-C-MAN-81253 (Configuration Status Accounting Information), DI-F-6004B/T (Contract Funds Status Report), DI-H-1329A (Accident/Incident Report), DI-MGMT 80268/T (Time Change Reporting) and commercial manual updates. It is the Government's intent to conduct work IAW the Integrated Product Development management philosophy as proposed by the offeror. To meet Air Force requirements, the contract shall include four sets of HW/SW/operating systems to ensure the Air Force has compatibility with the offeror's management information systems and shall ensure access is available for video tele-conference capability. The budget profile for procurement is $99.3M for FY 97. Offerors shall propose a business solution which satisfies mission performance requirements within the procurement funding profile. CLS funding is projected as follows: $1.6M FY 97, $2.7M FY 98, $3.4M FY 99, $3.7M FY 00, $3.8M FY 01, $3.6M FY 02. The CLS funding is identified as a guide. 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 the Ombudsman, Mr. Daniel L. Kugel, ASC/SY, Wright-Patterson AFB OH 45433-7642 at (513) 255-3855. 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. Offerors may submit written questions to the contracting office ASC/LAA within ten days after issuance of this RFP. Questions and answers (without source identity) will be communicated by written acknowledgment or RFP amendment as necessary. Proposals shall be submitted by 3:00 PM (EST) on 23 Dec 96 valid through 30 Jun 97 to: ASC/LAAV, Attn: Small VC-X Source Selection (Jeff Mellott), 2335 7th Street, Bldg 125, Suite 2, Wright Patterson AFB, OH 45433-7805. Direct all requests for solicitations and routine communication concerning the acquisition to ASC/LAAV, 2335 7th Street, Bldg 125, Suite 2, Wright Patterson AFB, OH 45433-7805, ATTN: Mr Jeffrey H. Mellott, Contracting Officer, (513) 255-7300, fax (513) 255-2696 or (513) 656-7117. (0320)

Loren Data Corp. http://www.ld.com (SYN# 0117 19961118\15-0002.SOL)


15 - Aircraft and Airframe Structural Components Index Page