Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 19,1999 PSA#2264

US Department Of Energy Albuquerque Operations Office, Contracts and Procurement Division, PO Box 5400, Albuquerque, NM 87185-5400 Mexico 87185-54

15 -- LONG-RANGE CORPORATE JET AIRPLANE SOL DE-RP04-99AL79545 DUE 021299 POC Dawn E. Knepper, Contracting Officer, 505-845-6215 WEB: Long-Range Corporate Jet Airplane, http://www.doeal.gov/cpd/AL79545.HTM. E-MAIL: Dawn E. Knepper, Contracting Officer, dknepper@doeal.gov. 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. This requirement has been assigned a response number of DE-RP04-99AL79545 and will need to be referenced on all offers/responses to this announcement. The requirement will be awarded under full and open competition. This commercial item incorporates the provisions and clauses that are in effect through Federal Acquisition Circular 97-09. No substitute items will be accepted. The U.S. Department of Energy, Albuquerque Operations Office (AL) is purchasing one long-range corporate jet airplane, Gulfstream III, Canadair Challenger, or similar long-range corporate jet with international, overwater capabilities. The aircraft must be in compliance with all applicable Federal Aviation Regulations (FAR) requirements. Certification for RSVM and Part 135 Operations is highly desirable, but not mandatory. The aircraft must be certified under FAR Part 25. The aircraft must be proposed with a valid and current U.S. Airworthiness Certificate, or capable of obtaining a std US Certificate of Airworthiness prior to delivery. The aircraft must be delivered with a valid U.S. Certificate of Airworthiness. Maintenance manuals, Wiring Diagrams, Airframe and Engine Logbooks, Weight and Balance Records, Components Maintenance Manuals, Pilot's Flight Manual, and other such related documents must be provided upon delivery. Any electronic data /records for this aircraft must also be provided upon delivery in a format useable by the buyer. The aircraft shall be structurally sound, with good paint and interior, normal wear and tear considered, and be relatively free of corrosion. The aircraft must be equipped for day/night, all weather, and flight into known icing conditions flight in accordance with current FAR 25 and 135 regulations and the aircraft's TCDS including embodied STC's and FAA Form 337 field alterations. The aircraft must be able to transport a cabin and baggage payload of 3,570 pounds for a distance of 3,000 nautical miles with NBAA reserves. Please note that payload shall not include the crew. Allow 400 lbs. for the crew. Normal cruise speed shall average a speed greater than 400 kts. assuming a temp. of ISA at max. altitude. NBAA reserves shall be defined as: ten minute allowance for taxi; one minute allowance for full power takeoff; optimum rate of climb to altitude; normal cruise at altitude; enroute descent to sea level at 3,000 fpm; standard instrument approach with fuel consumed equal to 5 minutes loiter at 5,000 ft; missed approach followed by a climb out to 5,000 feet; holding at loiter power at 5,000 ft for five minutes awaiting alternate clearance; climb enroute to cruise altitude; economy cruise to alternate; descent to sea level at 3,000 fpm and land (climb, cruise, and descent to alternate equals 200 NM); fuel reserve after landing at alternate equal to 30 minutes loiter at 5,000 feet. Cabin and baggage payload is based upon 17 pax @ 185# and baggage @ 25# per pax. The aircraft must have a transferable maintenance service plan (MSP), Engine Maintenance Plan (EMP), or equivalent. The aircraft must have the ability to be pre-heated and pre-cooled while on the ground. (Preferably by aircraft's APU ) The aircraft must have a minimum passenger seating of 12 plus a crew of two. DESIRABLE ITEMS will be given additional consideration for evaluation scoring; 1. Windshear Alert System, TCAS II, Enhanced GPWS, 2. RVSM Certified, 3. Certified or meets technical/regulatory requirements for Part 135 certification. Fireblocked seating, 4. SAT-COM for business communications, 5. Dual GPS based Long Distance Navigation -- Dual Flight Management Systems EFIS, 6. Approved and Installed passenger seating for 16-18 passengers. High density corporate seating is desired over airline type seating, 7. Audio-Visual Systems which may be used for mission briefings or business planning enroute, 8. Electrical outlets at desk/tables for laptop computer (115VAC, 60 Hrz). Offerors will provide a completed "Questionaire for Long Range Corporate Jet" and the offered firm fixed price as their proposal. The questionaire can be found at http://www.doeal.gov/cpd/AL79545.HTM along with evaluation criteria and the specifications stated above. Hard copies can be requested from the Contracting Officer, Dawn E. Knepper, P.O. Box 5400, Albuquerque, NM 87185, Phone (505)845-6215, FAX (505)845-5181, dknepper@doeal.gov. Some aircraft offered may be selected for an on-site evaluation and pre-purchase inspection at the aircraft location specified by the offeror. Delivery is to Kirtland AFB, NM 87185, FOB Destination, and is required no later than April 30, 1999. Provision FAR 52.212-1, Instructions to Offerors -- Commercial, and FAR 52.212-4, Contract Terms and Conditions -- Commercial Items, apply to this acquisition without addenda. Proposals will be evaluated on the basis of technical and cost criteria as specified in the document "Evaluation for Selection and Award" provided at the web site above. In addition to the vendor's proposed pricing, offerors shall include a completed copy of the provision at FAR 52.212-3, Offeror Representation and Certification -- Commercial Items and FAR 52.212-5, Contract Terms and Conditions required to Implement Status or Executive Orders as follows: 52.203-6 Restrictions on Subcontractor Sales to the Government, with Alternate I, 52.203-10, Price or Fee Adjustment for Illegal or Improper Activity, 52.222-26, Equal Opportunity, 52-222-35, affirmative Action for Special Disabled and Vietnam Era Veterans, 52.222-36, Affirmative Action for handicapped Workers, 52.222-37 Employment Reports on Special Disabled Veterans and Veterans and Veteran of the Vietnam Era, 52.225-3, Buy American Act- Supplies. Written proposal to this synopsis/solicitation may be mailed or faxed to Dawn E. Knepper at the address/fax listed herein on 02/12/99, not later that 3:30P.M. MDT. Posted 01/14/99 (W-SN288316). (0014)

Loren Data Corp. http://www.ld.com (SYN# 0129 19990119\15-0001.SOL)


15 - Aircraft and Airframe Structural Components Index Page