SOLICITATION NOTICE
15 -- Presidential Aircraft Recapitalization
- Notice Date
- 1/28/2015
- Notice Type
- Presolicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK), 2275 D Street, Wright-Patterson AFB, Ohio, 45433-7218, United States
- ZIP Code
- 45433-7218
- Solicitation Number
- FA8625-15-C-6599
- Point of Contact
- Ryan M. Prickett, Phone: 937-255-1578, Daniel R. Demaree, Phone: (937) 255-2439
- E-Mail Address
-
ryan.prickett@us.af.mil, daniel.demaree@us.af.mil
(ryan.prickett@us.af.mil, daniel.demaree@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- The Air Force intends to issue a solicitation and award a sole source contract to The Boeing Company for the Presidential Aircraft Recapitalization (PAR) Program. The scope of the effort will include the management, design (to include any necessary studies or analyses), integration, modification (including but not limited to structural modifications), test/verification, certification, pre-operational support, and training to deliver up to three Boeing 747-8 aircraft to be Presidential ready. This effort entails a highly complex integration of extensive modifications and numerous subsystems which must seamlessly interface with each other and the 747-8 commercial aircraft systems in order to meet the Presidential "no fail" mission. This solicitation will result in a contract award to reduce program schedule risk by conducting subsystem studies, performing requirements decomposition and analysis on the 747-8 aircraft subsystems and delivering an initial Layout of Passenger Accommodations (LOPA) for the PAR aircraft. As the designer and manufacturer of the commercial 747-8 aircraft, The Boeing Company has the unique capability to perform necessary tasks to provide a Presidential aircraft. Boeing is also uniquely capable of satisfying all Federal Aviation Administration (FAA) certification requirements with the highest confidence to meet the established program operational need date. This unique capability is based on Boeing's exclusively private development of the aircraft and sole ownership of the 747-8 aircraft stress, loads, and aero design data. Boeing declined to sell or otherwise provide the United States Government or other contractors the license rights needed to conduct an adequate competition or to provide additional engineering services in lieu of data rights. The nature of the effort needed to meet PAR Program requirements is such that a non-Original Equipment Manufacturer (OEM) attempting the extensive modifications required for a Boeing 747-8 aircraft to meet PAR Program requirements would face significant challenges in securing required FAA Supplemental Type Certificates (STC) without availability of OEM technical data and technical support. Without the OEM's technical data and technical support, a non-OEM would be responsible for generating and recreating basic aircraft technical design data. The FAA would require a significant amount of proof in terms of data development, compliance methodology, and reverse-engineering type design data needed to substantiate and certify the modifications required for the PAR Program. Non-OEM reverse engineering type design data introduces significant cost and schedule risk into this program, which would jeopardize having an initial operating capability by 2023. For information on the PAR requirements, please refer to the Sources Sought Synopsis posted by this office to FedBizOpps on 9 Sep 2013, which can be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=904b9445a58553ade5cee5251cb9a41c&tab=core&_cview=1 All responses to the Sources Sought Synopsis were carefully considered and extensive market research was conducted. This is a notice of intent, not a solicitation. The Air Force does not intend to provide any further information on this requirement. Responsible sources, however, may submit a capability statement, proposal, or quotation which shall be considered by the Air Force if received within 15 calendar days of the posting of this notice. Any respondent is to specify in its response whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or service-disabled veteran-owned small business. Respondents should also specify whether they are a U.S. or foreign-owned firm. Any responses will be fully evaluated by this office before a final decision is made to solicit and negotiate with only one source in accordance with FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The Government is not responsible for any costs incurred by responding to this notice.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8625-15-C-6599 /listing.html)
- Record
- SN03626753-W 20150130/150128234956-4e439f9ebfcb683c6295d9f940bcb97d (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 |