SOURCES SOUGHT
15 -- Afghanistan C-208 Airdrop-acquisition strategy for an anticipated air drop program for the C-208B aircraft in Afghanistan
- Notice Date
- 12/3/2012
- Notice Type
- Sources Sought
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC - Air Force Life Cycle Management Center, 9 Eglin Street, Hanscom AFB, Massachusetts, 01731, United States
- ZIP Code
- 01731
- Solicitation Number
- FA9999-99-x-9999
- Archive Date
- 1/7/2013
- Point of Contact
- Wendy M. Hess, Phone: 9379044185, Felix E. Turner, Phone: 9379044199
- E-Mail Address
-
wendy.hess@wpafb.af.mil, felix.turner@wpafb.af.mil
(wendy.hess@wpafb.af.mil, felix.turner@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Afghanistan C-208 Airdrop Program Solicitation Number: _________________ Agency: Department of the Air Force Office: Air Force Materiel Command Location: Wright Patterson Air Force Base ______________________________________________________________________________________ Posted Date: Response Date: December 3, 2012 December 17, 2012 4:00pm Eastern Archiving Policy: Archive Date: Automatic, 21 days after response date January 07, 2013 Synopsis: Afghanistan C-208 Airdrop Program Request for Information (RFI) Synopsis. This synopsis is a RFI only. This is NOT a Request for Proposal (RFP). No solicitation is being issued at this time and this notice shall not be construed as a commitment by the Government to issue a solicitation or ultimately award a contract. Any information provided by industry to the Government as a result of this RFI Notice is strictly voluntary. Responses will not be returned. No entitlement to payment of direct or indirect costs or charges to the Government. The information obtained from industry's response to this notice may be used in the development of an acquisition strategy and future RFP. In the following RFI Synopsis, the Air Force Life Cycle Management Center (AFLCMC), Wright-Patterson AFB is contemplating a single award Firm Fixed Price (FFP) contract. Period of Performance will be for two (2) to three (3) years. The below listed paragraphs and technical requirements describe an acquisition strategy for an anticipated air drop program for the C-208B aircraft in Afghanistan. The contractor is to respond to the best of his ability with the qualifications of the contractor team to perform this program and answer all questions stated. Government Furnished Property The government will provide two (2) Cessna Caravan C-208B aircraft equipped with cargo hauling production options (plywood floor, cargo barricade, nets and tie down straps) for the air drop program. The two aircraft will be ferried from Shindand, Afghanistan by the contractor. Aircraft Modification Facility The contractor must have previous experience modifying a C-208 aircraft for Federal Aviation Administration (FAA) Supplemental Type Certification (STC) approved modifications. The contractor must have a Designated Engineering Representative (DER) and FAA certified technicians on staff. All modification work must follow FAA production line procedures. Q1: Describe past modifications that the facility has performed on C-208 aircraft. Q2: Describe the capabilities of the modification facility to comply with FAA certified modification work. Q3: Is the facility ISO 9001 certified?   Flight Test Aircraft Modifications The contractor is required to develop a STC package and receive approval for certification from the FAA for the following aircraft modification requirements, to be installed on two aircraft to support the flight test: 1. Roll-up door The roll up door installs inside the cargo door frame without obstructing the use of the cargo door. When the roll-up door is not in use it is to be locked in the full up position to allow full use of the cargo door without interfering with the cargo door frame opening. The door can be motorized and controlled from the cockpit. The weight of the roll-up door is not to exceed 75 lbs with an objective of 60 lbs. see interior and exterior example views below. 2. Red/green jump/airdrop lights The drop lights have a red and green lens operated from the cockpit for indicating air drop operation phases. See photo above. 3. Static line bar The static line bar is located inside the cargo bay for attaching air drop bundles for static line deployment. See photo above. 4. Cockpit control & status panel The control and status panel provides the status and control of the roll-up door and the red/green drop lights. An indicator is provided to show door open status, red light on and green light on. If the roll-up door is motorized, the control panel will control up and down movement of the door. The Red/Green drop lights are turned on and off from this panel as well. 5. Cargo Door removal kit (Wind deflector) The wind deflector is a vented spoiler that installs in the hinges of the cargo door after the cargo door has been removed to reduce wind inflow into the cargo door opening during air drops. Weight is not to exceed 5 lbs with a desired weight of 0.1 lbs. See photo right. 6. Roller Floor The roller floor is made up of light weight modular units with button rollers to allow movement in any direction. The removable modular panels lock into chair rails and/or inspection plates. The loads tie down to chair rails through openings in the roller floor. The loadmaster should be able to walk on roller floor panels with positive traction to prevent slipping on the rollers. The reconfigurable modular units align tracks to accommodate 18"x24", 18"x36", and 36"x36" Low Cost Low Altitude (LCLA) bundle sizes. The total weight of the roller floor system is not to exceed 100 lbs with a desired weight of 80 lbs. See photos below for a concept drawing example. 7. Radar Altimeter The radar altimeter has an operational range from 75 ft to 2,000 ft Above Ground Level (AGL). If a radar altimeter is not provided an uncertified, calibratable altimeter similar to a wrist jump altimeter located near the roll-up door opening is desired. Production Aircraft Kits Once the flight test is complete and the Military Type Certificate (MTC) is received, the contractor shall produce and transport 24 additional aircraft kits to Shindand, Afghanistan. The contractor shall install the kits on the 24 C-208 aircraft on the flight line. Acquisition planning is estimating that two kits can be installed per month over a one year time frame. The contractor shall be responsible for providing their own security protection during the field installation of the 24 kits. Q4: Please provide estimated production schedule for the air drop modification. Contractor Maintenance Support The contractor shall maintain the two C-208B aircraft with Airframe and Powerplant (A&P) certified mechanics from the time the government provides the aircraft (pick up point in Afghanistan) until the contractor ferries the aircraft back to Afghanistan. This is anticipated to take 6-8 months. All FAA maintenance checks, as well as Service bulletin inspections/maintenance actions are required to maintain FAA air worthiness certification. Any parts or fluids required to perform maintenance shall be supplied by the contractor. During the flight test events, the contractor shall keep one aircraft flight test ready at all times. Both aircraft must be flight worthy to transport between test ranges (Eglin AFB and Peterson AFB) when scheduled. It is anticipated that approximately 100 to 150 hours will be put onto the combination of both aircraft during the flight tests. This does not include ferry flights around the US or transport to and from Afghanistan. In addition, the contractor shall provide any repair necessary to support air drop modifications made to the aircraft. The contractor shall provide technical expertise on the operations of the aircraft to support the flight test activity. The contractor shall support any discussions and/or changes needed to the air drop configuration to support the flight test program. Support Equipment The contractor is to provide a floor cargo scale to weigh LCLA bundles and pallets up to 40" x 48" x 48" in size weighing from 30 to 500 lbs. One scale is to be provided to the flight test organization to support the flight test and later sent to Afghanistan to support the training program and production phase. Two additional scales are to be sent to Afghanistan when the production phase is to start. A total of three scales are to be provided. C-208 Pilot Provisions & Ferry Operations The contractor is to provide two (2) C-208 qualified FAA certified pilots to perform the following flights: 1. Ferry from Afghanistan to modification facility, if required. This includes temporary install per STC of fuel blatter tank and removal once at destination in the US. 2. Fly from modification facility to Eglin AFB, to Peterson AFB and back to Eglin AFB for flight testing. 3. Fly the aircraft during the flight test maneuvers, as needed, at the Eglin AFB test range and at the Peterson AFB, Colorado test range. A Range pilot will be provided as co-pilot by the Test organization to provide test range procedures. The Eglin flight tests are anticipated to last 1-3 weeks. The Peterson flight tests are anticipated to last one week. 4. Fly at Eglin AFB for training contractor familiarization flights. Max duration is a couple days. 5. Ferry from modification facility to Afghanistan after MTC is complete. This includes temporary install per STC of fuel blatter tank and removal once at destination in Afghanistan. Low Cost Low Altitude (LCLA) Airdrop Bundle Assembly and Delivery The contractor shall collect the LCLA bundle parts and ship to Afghanistan during the training and production phases of the contract. The LCLA bundles used during the flight test will be provided by the test organization. The first and second production run will include extra supplies to conduct a one year training program (separate contract effort). This version will be shipped in 2 increments during the year. The contractor shall provide a secure storage method for storage of the LCLA system parts until needed. These parts will be shipped to Shindand. After completion of the one year training program, the contractor will ship the third and follow-up production shipments every three months for the duration of the contract period. These shipments will be divided among three separate bases to support airdrop operations. The contractor shall provide a secure storage method for storage of the LCLA system parts until needed at each of the two additional bases. The list below shows the parts, NSN numbers and quantities that make up the LCLA bundle system. These quantities will be adjusted during the flight test program to define the final quantities of the parts that make up a bundle configuration. For 1st & 2nd production run: 6 months supply PCU-17/P safety harness, for loadmaster operator NSN 1680-01-314-3184 52 (2 per aircraft, 1st run only) LCLA bundle Cross Parachute bundle system NSN 1670-01-551-5433 900 Adhesive, paste, 1 gallon NSN 8040-00-273-8713 45 Clevis, shackle, 3/8 inch diameter NSN 4030-00-678-8560 900 Cord, Nylon, type 3 NSN 4020-00-240-2146 15 D-ring, heavy duty NSN 5365-00-937-0147 3600 Pad, energy-dissipation material, Honeycomb (EDM) NSN 1670-00-753-3928 23 boxes 36" x 96" x 3" 8 units per box Plywood, ¾ by 48 by 96 inch, aircraft grade NSN 5530-00-128-4981 180 Tape, pressure sensitive, 2-inch (cloth-backed) NSN 7510-00-074-5124 90 Webbing, Cotton, type 1, ¼ inch NSN 8305-00-268-2411 90 For 3rd and follow-on production runs: 3 month supply LCLA bundle Cross Parachute NSN 1670-01-551-5433 450 Adhesive, paste, 1 gallon NSN 8040-00-273-8713 23 Clevis, shackle, 3/8 inch diameter NSN 4030-00-678-8560 450 Cord, Nylon, type 3 NSN 4020-00-240-2146 8 (spool of 700') D-ring, heavy duty NSN 5365-00-937-0147 1800 Pad, energy-dissipation material, Honeycomb (EDM) NSN 1670-00-753-3928 12 boxes 36" x 96" x 3" 8 units per box Plywood, ¾ by 48 by 96 inch, aircraft grade NSN 5530-00-128-4981 90 Tape, pressure sensitive, 2-inch (cloth-backed) NSN 7510-00-074-5124 45 Webbing, Cotton, type 1, ¼ inch NSN 8305-00-268-2411 45 All responsible sources interested in providing services for this requirement are requested to provide a written summary of information concerning their technical certifications, capabilities, experience (current services or contracts - to include points of contact, email address and telephone numbers) and corporate background. Interested parties should provide a description of potential approaches for review by the Government no later than 14 days from the date of issuance of this RFI. Information provided per this synopsis must indicate in writing, whether they are large, small, disadvantaged, or a woman owned business. This acquisition will fall under NAICS 336411 and its applicable size standard. Responses shall be limited to 15 pages or less. Response package should contain one (1) copy provided in ADOBE ACROBAT (.pdf) format and typographical font of 10 or greater. All response packages should be emailed to the attention of the Contracting Officer listed below. Any information submitted by respondents to this RFI is strictly voluntary. This RFI does not constitute a Request For Proposal (RFP) or an Invitation for Bids (IFB), nor does its issuance restrict the Government's ultimate acquisition approach. The Government will neither award a contract solely on the basis of this notice, nor pay for any information that is submitted by respondents to this RFI. For technical photos/examples, contact Wendy Hess at email: wendy.hess@wpafb.af.mil Contracting Office Address: 1970 Monahan Way Bldg 11A, WPAFB, Ohio 45433 Place of Performance: Contractor Aircraft Modification Facility, United States Eglin AFB and Peterson AFB test ranges, United States Shindand, Afghanistan Primary Point of Contact: Contracting Officer, Felix Turner, (937) 904-4199
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ESC/FA9999-99-x-9999/listing.html)
- Place of Performance
- Address: Place of Performance:, Contractor Aircraft Modification Facility, United States, Eglin AFB and Peterson AFB test ranges, United States, Shindand, Afghanistan, Afghanistan
- Record
- SN02940974-W 20121205/121203234039-da5e4e04dc7cfea120e12d4451918eec (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 |