SOURCES SOUGHT
15 -- Light Lift Operational Support Aircraft
- Notice Date
- 10/26/2006
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670, UNITED STATES
- ZIP Code
- 00000
- Solicitation Number
- Reference-Number-PMA207-10-26-06
- Response Due
- 11/28/2006
- Archive Date
- 12/13/2006
- Description
- The Naval Air Systems Command, Support and Commercial Derivative Aircraft (PMA-207), Patuxent River, MD 20670-1627 announces its intention to procure aircraft to support the United States Marine Corps (USMC) requirement for a Light Lift Operational Support Aircraft. This aircraft will fill the urgent USMC requirement to modernize and improve the USMC?s current legacy UC-12 capabilities in order to comply with emerging national and international air traffic control mandates as well as mitigate current service lift and capability deficiencies. Exact quantities have not yet been determined but are expected not to exceed eleven aircraft to be bought over approximately a five year period, depending on DoD appropriations. THIS SOURCES SOUGHT IS NOT A REQUEST FOR PROPOSAL. It is a market research tool being used to determine potential and eligible business firms capable of providing this aircraft prior to determining the method of acquisition and issuance of a Request for Proposal. Therefore, all interested parties are encouraged to respond. The Government is not obligated to and will not pay for any information received from potential sources as a result of this synopsis. This notice does not commit the government to awarding a contract. REQUIREMENTS: Aircraft must be able to support the USMC?s primary mission of short notice, high priority passenger/cargo transport. The aircraft shall be a Federal Aviation Administration certified, commercial-off-the-self/non-developmental, twin-engine, fixed wing aircraft that will be modified with essential military systems (IFF transponder, TACAN navigation, and UHF communications. Respondents to this Sources Sought should describe their ability to provide an aircraft that meets and/or exceeds the following performance requirements and objectives: 1. Range of 1,500 nm with 1,000 lbs of payload and a 60-minute fuel reserve. Maximum Payload of 2,400 lbs or greater. 2. Capability to carry two pilots plus a minimum of eight passengers in a cargo/passenger compartment. 3. Dual engine for extended over water flight safety. 4. Normal cruise speeds greater than 270 KTAS at a density altitude of 30,000 feet, standard day. 5. Operate at a minimum service ceiling of 29,000 feet MSL at optimum performance and 15,500 feet MSL minimum altitude operating single engine. 6. Maintain cabin altitude below 10,000 feet MSL when at a cruise altitude of 29,000 feet MSL. 7. Operate at high altitude airfields over 8,000 feet in elevation on an International Standard Atmospheric (ISA) day at maximum gross take-off weight. 8. Operate on unimproved airports with runways made of grass, dirt, or gravel. 9. Provide the service required when operating from short runway airfields (as short as 3500 feet) in hot and humid regions of the world (sea level, ISA + 30 degree C, relative humidity 100%). 10. Have a robust or no landing gear cycling limitation for increased training effectiveness and multiple logistic node service. 11. Operate with a maximum of two aircrew (pilot and co-pilot) and have sufficient systems for single pilot certification. 12. Adverse weather capability to include weather radar with Doppler, or weather radar and a storm scope, and certified for flight in moderate icing conditions. 13. Operate in accordance with current and known future worldwide FAA/ICAO/DoD mandates for Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM), Reduced Vertical Separation Minimums (RVSM), and Minimum Navigation Performance Standards (MNPS) Airspace, and IFF transponder modes to include Mode IV, V and S. 14. Internally reconfigurable between passenger, cargo, and combination load configurations to accommodate palletized or unpalletized cargo, medical evacuation litters and personnel. Internal tie down rings or attachment hard points and at least one cargo door allowing the loading and unloading of oversized cargo loads or medical casualties on a litter without tilting. 15. Logistically supportable by Life-Cycle Contractor Support (LCCS) at organizational, intermediate, and depot maintenance levels. LCCS will also include engine overhaul, spare parts, and all avionics and navigational equipment maintenance. RESPONSE: Interested businesses shall submit a brief capabilities statement package (no more than 5 pages in length, excluding pages of aircraft pictures) demonstrating ability to perform the requirements listed above. Capabilities documentation must address, as a minimum, the following: 1. Indicate any existing model aircraft being sold by your company that you believe meet these requirements or that you believe can be modified by your company to meet these requirements. Development of a new aircraft is not acceptable. 2. Corporate Experience: Prior/current corporate experience providing aircraft of similar size and scope, including contract number, organization supported, indication of whether a prime or subcontractor, contract value, and Government or commercial point of contact with current telephone number and email address. 3. Company Profile: office location(s), annual revenue history, include number of employees, statement indicating business size and if company is small, small disadvantaged, minority, woman owned, or 8 (a) business. 4. Resources: Resources available such as corporate management and production facilities that will be used. 5. Title Page: The capability package must be assembled with a title page containing the following information: Company Name Address Point of Contact Phone Number Cage Code DUNS Number Business Size. QUESTIONS: All questions regarding this Advance Notice-Sources Sought shall be submitted via email to Maxine Birst, at Maxine.Birst@navy.mil and Margo Speer, at Margo.Speer@navy.mil. RESPOND TO: The capability statement package shall be sent via email to NAVAIR Contract Specialist, Maxine Birst, at Maxine.Birst@navy.mil and Margo Speer at Margo.Speer@navy.mil. . Proprietary data MUST be marked as such, on a page-by-page basis and will be kept confidential and protected where so designated. RESPONSE DUE DATE: Capabilities package shall be submitted to NAVAIR Contracts (AIR 2.4.3.1.5) by Close of Business (EST) on 28 November 2006. NOTE: Contractors must be registered in the Central Contractor Registration (CCR) database to be eligible for contract award or payment from any DOD activity. Information on registration and annual confirmation requirements may be obtained by assessing the CCR web site at https://www.bpn.gov/CCR/scripts/index.html
- Record
- SN01171479-W 20061028/061026220910 (fbodaily.com)
- Source
-
FedBizOpps Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |