Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2004 FBO #0852
MODIFICATION

16 -- Furnish and Install Avionics Upgrade for C-12

Notice Date
3/25/2004
 
Notice Type
Modification
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, USASOC, ATTN:E-2929, Fort Bragg, NC, 28310
 
ZIP Code
28310
 
Solicitation Number
W81RUC4061H010
 
Response Due
4/22/2004
 
Archive Date
5/7/2004
 
Point of Contact
Jane Sutherlin, Chief of Office/Contracting Officer, Phone 910-432-2146, Fax 910-432-9345, - Karen Glass, Contracting Officer/Contract Specialist, Phone 910-432-6145, Fax 910-432-9345,
 
E-Mail Address
sutherlj@soc.mil, glasska@soc.mil
 
Description
The US Army Special Operations Command has a requirement for the purchase and installation of avionics upgrade for a C-12C aircraft as indicated below. This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in FAR Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; no written solicitation will be issued. Proposals are being requested and a written solicitation will not be issued. This procurement is UNRESTRICTED. Award will be made on the Best Value to the Government considering FAA Certification, Past Performance, schedule availability anticipated completion date and Price. These factors are in descending order of importance. Price becomes more important as the rating of the other factors becomes equal. The cost proposal shall have detailed information as to all labor requirement(loaded labor rates and estimated number of hours needed for each category), parts and material costs and any other direct or indirect charges. This action will be processed on a Firm Fixed Price utilizing fully loaded estimated number of hours, the loaded labor rates and materials cost to determine cost reimbursableness. Any changes that must be made to pricing discovered during performance will require a modification to the contract prior to execution. REVISED STATEMENT OF WORK: AIRCRAFT: C-12C SERIAL NUMBER: BC64 ARMY REGISTATION NUMBER: 78-23128 AIRCRAFT HOURS: 12527 1. Purchase and install the following avionics equipment: 1 Garmin 530A NAV/COM/GPS 1 Garmin 430A NAV/COM/GPS 1 King KMD850 Multi-Function display 1 TCAS 4000 with dual IVSI/ one TRD 94D transponder/CLT92/CLT92T 1 Shadin AMS2000 2 Dual NAT Voice activated Audio panels 2 Dual King Marker Beacon systems 1 KGP560 Class B TAWS 1WX500 Stormscope 1 Navigation switching for pilots and co-pilots NAV/GPS functions 2 Collins ADF 462 systems with separate antennas 1 Collins ALT4000 Radio Altimeter System Switching between TRD 94D transponder and Mil-Standard transponder with TCAS 4000 and required encoding equipment for Mode S operations Switching for pilots and co-pilots NAV/COM/GPS/Radar functions display on the KMD 850 Multi-Function display. Switching between the GNS-530 and the GNS 430 to either the pilots or co-pilots HSI. Switching to allow WX 500 to display on the GNS530/GNS430 Switching to allow either the GNS 530 or GNS 430 to display on the pilot or co-pilot NAV displays. 2. Design and install new Beech instrument panel and ensure proper relocation of equipment. Want to view the final design prior to beginning work. 3. Do not remove APX 100 transponder, Kit 1A, HF, or UHF radios, or existing wiring. Systems must remain functional. 4. Existing King DME will be retained and channeled with Garmin GNS530A and 430A. 5. TCAS4000 system will have change 7 incorporated. 6. Garmin GNS530A and 430A units will be upgraded to WAAS and LAAS if available at time of installation. 7. Terrain Awareness and Stormscope data will be displayed on the KMD850 MFD. 8. Perform all work In Accordance With current FAA and industry-approved standards. 9. A FAA certificated part-145 repair station must perform work. 10. Provide USASOC a copy of FAA form 337 or 8110 and wiring diagrams for submission for Military Airworthiness Release prior to flight. 11. Installed avionics will be flight-tested and certified for instrument flight (enroute, terminal, and approach) In Accordance With FAA approved standards (TSO C-129). USASOC FLIGHT DETACHMENT will provide the flight crew and mechanic when ready for flight test. 12. The current C-12 avionics configuration is: a- 1GPS KLN90B b- 2 VHF Navigation Collins VIR30 c- 2 VHF communication radios Collins VHF20 d- 2 ADF Collins 51Y-4A e- 1 Radar Altimeter Honeywell 700148-911 f- 1 Radar Graphics King KGR358 g- 1 Stormscope BFG WX-1000E h- 1 Tacan/DME KTU709 i- 1 Ground proximity Altitude Advisory, Voice Alerter Sperry VA100 j- 1 Skywatch BFG TRC 497 k- 2 Audio panels low impedance (Military) l- Pilot HSI Collins 304-291-6162 m- Pilot RMI Collins 622-0555-007 n- Co-Pilot HSI Collins o- Co-Pilot RMI Collins 622-0555-007 p- HF Radio 671U-4A q- UHF Radio ARC-164 All avionics equipment that is removed will be returned to USASOC FLIGHT DETACHMENT. 13. Presently, the autopilot/FD will only function from the left side instruments. The right side displays GPS in only the number 1 RMI. We would like to be able to select which instruments, left or right, provide AP instructions, which Navigational system feeds the AP and be able to display/use any navigational signal (Garmin 430, 530, VHF) from either pilot position. Simply put, when performing a GPS approach, we want the GPS signal from one GPS NAV system to display on the left side and the signal from the second GPS to display on the right side. The same goes for localizer and VOR signals. The pilots should be able to control the AP from either a central location or from their respective pilot positions. We want the capability to select which GPS or VHF Navigation and which side pilot or co-pilot instruments it will be displayed. 14. Contractor will remove wiring from the removed equipment that is not utilized for the new equipment. 15. Audio panels will provide communication inputs for the GNS530/430, UHF and HF radios. 16. All existing antennas that are compatible will be retained. 17. If there is not an "altitude select" (will instruct the auto-pilot to level off at a pre-selected altitude) that is compatible with our autopilot? If not, then we will use the AMS 2000 as a stand alone. Garmin Avionics was selected for the following safety reasons: The Garmin Avionics system enhances the safety of passengers and crew by allowing the display of information within easy sight of the pilots. Presently, the navigation, communication and Art Traffic Control selectors and information are placed to the center and rear of the cockpit. This forces the pilots to have to turn around and situate their heads in such a way that normally leads to vertigo or loss of spatial awareness. This loss of awareness has been a contributing factor in aircraft mishaps. This will enhance the safety of the passengers and crew by relocating the navigation, Radio communications and Air Traffic control transponder from the lower console between the pilots to the instrument panel. This will allow the pilots to operate their navigation and communications radios without having to look away to change frequencies. The Garmin system has a color-moving map with detailed and high quality definition of man made obstacles, terrain features and Air Traffic control designated airspace. This display allows for continuous situational awareness. This feature is very important since our mission profile takes us from high-density large airports to small remote unfamiliar airfields within the same flight. The Garmin system was selected due to the fact that it is the only one of its type and size that will provide all systems to be relocated to the instrument panel due to the lack of available space to accommodate additional systems. The Garmin system combines GPS navigation, VHF communication, VHF navigation and color moving map into one digital unit. We will evaluate any other Brand that encompasses these features. We reserve the right to not award contract on this solicitation. We will provide a copy of any Technical data, wiring diagrams, documentation to the contractor that we have. The offeror shall include information regarding scheduling, performance time and lead time on this requirement. The provisions at FAR 52.212-1, Instructions to Offerors - Commercial; 52-212-2, Evaluation - Commercial Items, 52.212-3, Offeror Representations and Certifications - Commercial Items apply to this requirement; DFARS 252.212.7000, Offeror Representations and Certifications - Commercial Items apply to this requirement. The clauses at FAR 52.212-4, Contract Terms and Conditions - Commercial Items; 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items; DFARS 252.212.7001, Contract Terms and Conditions required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items apply to this requirement. Additionally, within FAR 52.212-5 the following clauses are applicable: 52.203-6 AI, 52.222-26, 52.222-35, 52.222.36, 52.222.37, 52.225-3, 52,225-9, 52.225-18, 52.225-19, 52.225-21, 52.247-64 apply. DFARS 252.228-7001 Ground and Flight Risk also applies. Copies of all provisions/clauses in full text will be furnished upon receipt of a written request or may be obtained on the following website: http://farsite.hill.af.mil. Offerors who can furnish the required service, may submit, in writing, sufficient documentation to determine that the proposed requirement meets the Statement of Work addressed above and complete pricing for requirement. Proposals are to be delivered to US Army Special Operations Command, ATTN: AOCO, Building E-2929, Desert Storm Drive, Fort Bragg, NC 28310-5200 not later than 1400 hours 31 March 2004. All responses from responsible sources submitting the required information will be fully considered. No additional synopsis will be published. Failure to provide adequate information to reflect compliance with the specifications of the required items here in will result in disqualification. Request for a solicitation will be considered nonresponsive. FAX proposals will be accepted. FAX questions may be submitted to 910/432-9345. NUMBEROUS QUESTIONS HAVE BEEN SUBMITTED REGARDING THIS ACTION. THE INFORMATION IS TOO LENGTHY TO INCLUDE HERE. IF YOU WILL E-MAIL JANE SUTHERLIN, sutherlj@soc.mil, A COPY OF THE QUESTIONS AND ANSWERS AS WELL AS PICTURES WILL BE PROVIDED BY RETURN E-MAIL 25 OR 26 MARCH 2004. CLOSING DATE IS EXTENDED TO 22 APRIL 2004*****
 
Place of Performance
Address: To be determined - Contractor's facility
 
Record
SN00554458-W 20040327/040325212717 (fbodaily.com)
 
Source
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.