Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MAY 20,1997 PSA#1849

Commander, USAINSCOM SPT Bn (PROV), Attn: IASB-DCO, 8825 Beulah Street, Fort Belvoir, VA 22060-5246

15 -- AIRCRAFT LEASE SOL DASC01-97-R-0013 DUE 060297 POC Mr. Lacy L. Hairston (703) 706-2762 This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. Solicitation number DASC01-97-R-0013 applies, and is issued as a Request for Proposal (RFP). This solicitation document incorporated provisions and clauses in effect through Federal Acquisition Circular 90-46. This solicitation is 100% set aside for small business concerns. The associated standard industrial classification code is 7359, and the small business size standard is $3.5 million dollars. The US Army Intelligence and Security Command requires the lease of a single engine high wing aircraft. STATEMENT OF WORK. C.1 SCOPE. This Statement of Work (SOW) is for the lease of a single-engine high wing aircraft. The aircraft will be based and hangared in the Baltimore/Washington area for theduration of the contract. C.2 APPLICABLE DOCUMENTS. Commercial Operation manuals specified by the manufacturer. They shall include but are not limited to the following: C.2.1 Manuals and Handbooks. FAA approved flight manual, Commercial aircraft pilot's operating manual, Operating handbooks/manuals and specifications for additional avionics systems or components. C.3 REQUIREMENTS. C.3.1 General. The aircraft will be operated within the Continental United States (CONUS). The aircraft will be flown by Army aviators, within the normal category as defined in the pilot's operating handbook, and in such a manner so as not to invalidate the Contractor's insurance policy. The contractor shall maintain the aircraft according to the aircraft manufacture's standards and IAW Federal Aviation Regulation (FAR) Part 91. C.3.2 Lease Completion. On termination of this lease the Government will return the aircraft to the Contractor's location or other point of origin in an airworthy condition, less normal wear and tear. C.3.3Lease Rate. The contractor is responsible for all scheduled and unscheduled maintenance, and the cost of those services shall be included in the lease rate. Contractor shall maintain the aircraft according to Federal Aviation Administration (FAA) approved Minimum Equipment List (MEL) and other maintenance and deferred maintenance program procedures approved under Contractor's maintenance program. The Contractor shall maintain the aircraft and it's equipment pursuant to FAA Instrument Flight Rules (IFR) requirements at all times. Lease rate shall include one aircraft wash per month. The Aircraft shall be equipped with tow bar. C.3.4 Operations. C.3.4.1 The estimated aircraft usage is 300 tachometer flight hours each year, with an option to increase the total tachometer flight hours for each year to 720 total flight hours per year. The Contractor shall provide evidence that the aircraft is certified according to Federal Aviation Regulation (FAR) Part 23. C.3.4.2 The Government is responsible for all fuel, oil,ground power, de-icing, and other operational services during the lease period. The Government will use only approved fuel grades as set forth in the pilot's operating handbook. The aircraft may be temporarily based out of any chartered airport in CONUS, at the Government's convenience and expense. C.3.5 Maintenance Billing. The Contractor shall provide a credit card, or information sufficient to allow the cost of emergency, unscheduled maintenance, or scheduled maintenance to be billed to the Contractor. C.3.6 Equipment and Maintenance. C.3.6.1 Equipment. The contractor shall maintain the aircraft at an operational readiness (OR) rate of 90% or higher for each 30 day period throughout the contract. Operational is defined as an aircraft that is capable of performing its designed mission without degradation. The OR rate is determined by dividing the number of days that the aircraft is operational during the thirty day period by thirty days (OR rate = number of days operational/30) X 100). (An aircraft will beconsidered operational if it is flyable with all equipment operational for more than 20 hours in a 24 hour day.) C.3.6.2 Maintenance. All inspections and routine maintenance shall be performed by a facility chosen by the Contractor and acceptable to the Government. Both scheduled and unscheduled maintenance facilities shall be within 100 miles of the Baltimore Washington International (BMI) Airport. Scheduled maintenance, and emergency maintenance and repairs (when the aircraft is at a location other than the base location), shall be accomplished at a FAA certified and accredited facility, by qualified personnel acceptable to the Contractor and the Government. The Government is responsible for getting the aircraft to the Contractor's facility for inspections and routine maintenance. The contractor shall track and maintain records of scheduled maintenance. C.3.6.3 Backup Aircraft. If the aircraft cannot be repaired in less than 72 hours, the Contractor shall provide an aircraft of like design or other replacement acceptable to the Government. C.3.7 Flight Crew. The aircraft shall be provided without Contractor flight crews. The Government will provide all flight personnel and qualified follow-on personnel training. Only U.S. Army aviators with appropriate FAA certification or equivalent U.S. Army certification will act as pilot-in-command of the aircraft. However, the Contractor shall provide familiarization training for two pilots to be conducted at the time of aircraft pick-up. The aircraft may be used to train newly assigned U. S. Army aviators during the lease period. C.3.7.1 Familiarization Training. Familiarization training shall consist of a one hour day flight and a one hour night flight for Government pilots, not to exceed 5.0 total hours. Training shall be provided by an appropriately rated pilot meeting the requirements of the FAA. The instructor pilot shall be seated in the cockpit during the training flights. C.3.7.1.1 Minimum Day Training Requirements: a. External/internal inspections, preflight checks. b. Normal takeoff and landing. c. Slow flight (0 flaps, approach flaps, full flaps). d. Approach to stalls (0 flaps, approach flaps, full flaps). e. One each: precision approach, non-precision approach, missed approach. C.3.7.1.2 Minimum Night Training Requirements: a. Normal takeoff and landing. b. One each: precision approach, non-precision approach, missed approach. C.3.8 Accidents and Liability. C.3.8.1 Accidents. The Government will notify the contractor of any accident involving the leased aircraft within 48 hours. Notification will include, the specific time, place, and nature of the accident, type and extent of damage, and names and addresses of all interested parties, including witnesses, owners of damaged property, and any other information that may be known. C.3.8.2 Government Liability. The Government will notify the Contractor of claims or demands involving or relating to the aircraft. Any claims by the Contractor for aircraft loss or damage shall be processed under the Federal Torts Claims Act or other applicable federal claims statute. C.3.9 Aircraft Reconfiguration. The Government may reconfigure the aircraft at the beginning of the lease period as indicated below. The aircraft will be reconfigured to it's original state before its return to the Contractor. No other alterations to the aircraft will be made by the Government. a. Mount external antenna plates and antennas on aircraft. b. Install an internal/external optical device. c. Install two to three 28v-12v DC power converters. d. Install additional radio communications equipment. C.3.10 Aircraft Specifications. C.3.10.1 Basic Aircraft Design: Strutless, retractable gear, high wing, non-turbo charged, single reciprocating engine, FAA certified for IFR flight, and manufactured in 1977 or later. There must be windows such that the rear passenger can look outside the aircraft while seated and restrained in the seat with a seat belt. The bottom of the window must be below the eye level of a person approximately 5 feet 8 inches tall, when seated in the rear passenger area. Aircraft must have a stall speed of less than 75 knots at Max allowable gross weight and pressure altitude of 3500 feet. The FAA certified noise level rating must be less than 80 decibels. C.3.10.2 Basic Engine Requirements: Non turbo charged reciprocating engine, Not less than 1,000 hours Time Before Overhaul (TBO), and be maintained on 100 hour inspection schedule in accordance with FAR Part 91. C.3.10.3 Basic Propeller Requirements. The propeller shall be constant speed. C.3.10.4 Basic Performance Requirements: Cruise speed, 75% power, of 175 knots or greater, and rate of climb, at sea level, of 1100 feet per minute or greater. C.3.10.5 Basic Capability Weight Requirements: Maximum useful load of 1600 pounds or greater, and maximum cargo capacity of 240 pounds or greater. C.3.10.6 Avionics Requirements: AMS44 Dual Channel Audio Controller, Trimble TNL 2000 GPS or Northstar M3 GPS, KNS 80 RNAV/DME, d. KY 196 COMM, e. KX 155 NAV/COMM, f. KR 87 ADF, g. KT 76 TPX, h. KI 229 RMI, i. KR 22 MARKER BEACON, j. KCS 55A HSI, k. Weather Radar or Stormscope, l. S-TEC System 50 Auto-pilot. C.3.10.7 Fuel Endurance: Five hours with pilot, co-pilot, one passenger, and two hundred and forty pounds of equipment. C.3.10.8 Cabin Area. The cabin area shall have forward facing seating for four persons, including pilot and co-pilot with a separate cargo area with a capacity of 240 or more pounds. C.3.10.9 Miscellaneous Requirements. The aircraft shall be equipped with an Emergency Locator Transmitter (ELT). The following Contract Line Item numbers (CLIN's) are applicable: CLIN 0001 BASE PERIOD 3 MO. Lease of a single-engine high wing aircraft. Lease to include a minimum of 150 flying hours Jul 1, through Sep 30,1997. CLIN 0002 230 HR. Option to Increase Quantity: Upon exhaustion of flying hours in CLIN 0001, the Government may increase the flying hours in one hour units not to exceed an additional 230 flying hours Jul 1, through Sep 30, 1997. CLIN 0003 12 MO. OPTION YEAR 1. Lease of a single-engine highwing aircraft. Lease to include a minimum of 300 flying hours Oct 1, 1997 through Sep 30, 1998. CLIN 0004 420 HR. Option to Increase Quantity: Upon exhaustion of flying hours in CLIN 0003, the Government may increase the flying hours in one hour units not to exceed an additional 420 flying hours Oct 1, 1997 through Sep 30, 1998. CLIN 0005 12 MO. OPTION YEAR 2. Lease of a single-engine high wing aircraft to include a minimum of 300 flying hours Oct 1, 1998 through Sep 30, 1999. CLIN 0006 420 HR. Option to Increase Quantity: Upon exhaustion of flying hours in CLIN 0005, the Government may increase the flying hours in one hour units not to exceed an additional 420 flying hours Oct 1, 1998 through Sep 30, 1999. CLIN 0007 12 MO. OPTION YEAR 3. Lease of a single-engine high wing aircraft Lease to include a minimum of 300 flying hours Oct 1, 1999 through Sep 30, 2000. CLIN 0008 420 HR. Option to Increase Quantity: Upon exhaustion of flying hours in CLIN 0007, the Government may increase the flying hours in one hourunits not to exceed an additional 420 flying hours Oct 1, 1999 through Sep 30, 2000. The following provisions and clauses are applicable to this acquisition: FAR 52.212-1. Instructions Offerors-Commercial Items: FAR 52.212-3 Offeror Representations and Certifications commercial items: FAR 52.212-4 Contract Terms and Conditions -- Commercial Items: FAR 52.212-5 Contract Terms and Conditions Required to Implement Statutes or Executive Orders -- Commercial Items, including paragraph b, subparagraphs, (1) 52.203-6, (2) 52.203-10 (3) 52.219-8, (5) 52.219-14 (6) 52.222-26, (7) 52.222-35, (8) 52.222-36, (9) 52.222-37, in addition, FAR 52.217-5, 52.217-9 Option to Extend the Term of the Contract. The Government may extend the term of this contract by written notice to the Contractor within 30 days of contract expiration; provided, that the Government shall give the Contractor a preliminary written notice of its intent to extend at least 60 days before the contract expires. The preliminary notice does not commit the Government to an extension. If the Government exercises this option, the extended contract shall be considered to include this option provision. The total duration of this contract, including the exercise of any options under this clause, shall not exceed 39 months. 52.232-18 applies to the options 1 through 3. DFARS 252.212-7001 The following clauses applicable, (b) 252.201-7000, 252.212-7000, 252.225-7001, 252.225-7012, 252.225-7014, 252.233-7000 are applicable to this acquisition. An award will be made to the responsible offeror whose offer meets the requirements of this solicitation at the lowest price. Offerors should furnish literature that demonstrates that their offer meets or exceed the requirements of the solicitation. Price will be based on the overall cost, including each option. If a proposal submitted in response to this solicitation is favorably considered, a Government survey team may contact the offeror to determine the offeror's ability to perform all requirements listed in the solicitation by applying the standards set forth in FAR 9.104. For information, call Mr. Lacy L. Hairston at (703) 706-2762. Offers shall be sealed and the outer cover shall be annotated: RESPONSE TO RFP NO. DASC01-97-R-0013. Offers shall be received at COMMANDER, INSCOM SPT BN (PROV), ATTN IASB DC-O (MR. HAIRSTON), 8825 BEULAH STREET, FT. BELVOIR, VA 22060-5246, not later than 12:00 PM, local time, June 2, 1997. See Note 1. (0136)

Loren Data Corp. http://www.ld.com (SYN# 0190 19970520\15-0004.SOL)


15 - Aircraft and Airframe Structural Components Index Page