SPECIAL NOTICE
15 -- Afghan Trainer Program, C-208B Airdrop
- Notice Date
- 4/7/2016
- Notice Type
- Special Notice
- 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
- FA8617-16-X-9999
- Point of Contact
- LaVonne C. Whitelow, Phone: (937) 904-4165
- E-Mail Address
-
LaVonne.Whitelow@us.af.mil
(LaVonne.Whitelow@us.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Afghan Trainer Program C-208B Airdrop 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 United States Government (USG) to issue a solicitation or ultimately award a contract. Any information provided by industry to the USG 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 USG. 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 Air Force Base is contemplating a single award Firm Fixed Price (FFP) contract. Period of Performance will be for five 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 to perform this requirement and answer all questions stated. Government Property The USG will provide five Cessna Caravan C-208B aircraft equipped with cargo hauling production options (plywood floor, cargo nets, tie down rings, and tie down straps) for the air drop program requirement. The wind deflector will be provided as government furnished property (GFP). Aircraft Modification The contractor must have previous experience modifying C-208B aircraft for Feder al 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. Aircraft Modifications The contractor is required to develop a STC package and receive FAA approval for certification for the following aircraft modification requirements, to be installed by the contractor on five aircraft in Afghanistan. 1. Roll-up door: The roll up door will be installed inside the cargo door frame and will not obstruct use of the cargo door opening. • 2. Cargo Door removal kit: (Door Off-Kit "Wind deflector") The Door Off-Kit 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. The Door Off-Kit has been purchased and is in Afghanistan for contractor installation. 3. Radar Altimeter: The contractor shall provide a radar altimeter compatible with the C-208B aircraft G1000 avionics architecture. Production Aircraft Kits: Once flight testing is complete and military airworthiness approval is granted, the contractor shall produce, transport, and install five airdrop kits in Afghanistan. The contractor shall be responsible for providing all necessary tools, consumables, and support equipment during field installation. The contractor shall provide manuals and parts lists for installation, maintenance, and repair of the radar altimeter and roll-up door. Contractor Maintenance Support: The contractor shall provide FAA Airframe and Powerplant (A&P) certified mechanics to maintain the five C-208B aircraft in Afghanistan. The contractor shall perform all required maintenance and provide tools, consumables, and support equipment. The contractor shall provide service bulletin inspections/maintenance actions as required to maintain FAA airworthiness certification. The contractor shall provide all parts, petroleum, oil, lubricants, and fluids required to perform maintenance. Support Equipment: Cargo scale: The contractor shall provide two floor cargo scales to weigh Low Cost Low Altitude ( LCLA) bundles and pallets up to 36" x 36" x 36" in size weighing from 66 to 125 lbs. Operator Safety Harness: The contractor shall provide ten PCU-17/P safety harnesses (NSN 1680-01-314-3184) for loadmaster operator use. The contractor shall replace supplied harnesses as they wear out. LCLA Airdrop Bundle Assembly and Delivery: The contractor shall collect and ship LCLA bundle parts to Afghanistan during contract training and production phases. The first and second production run will include extra supplies to conduct in-theatre training. These parts will be shipped to Kabul. After completion of in-theatre training in the first year of the contract, the contractor will then ship the third and follow-up bundle shipments every six months as described in the table below. These shipments will be delivered to Kabul. The list below shows the parts, National Stock Numbers (NSN), and quantities which comprise the LCLA bundle system shipments. These quantities may be adjusted during the flight test program to define the final parts quantities which comprise a bundle shipment configuration. LCLA parts delivery schedule Yr 1 Yr 2 Yr 3 Yr 4 Yr 5 140 140 125 125 125 125 125 125 125 125 For 1 st & 2 nd shipments: (140 LCLA bundle parts) LCLA bundle Cross Parachute bundle system NSN 1670-01-551-5433 140 Adhesive, paste, 1 gallon NSN 8040-00-273-8713 7 Clevis, shackle, 3/8 inch diameter NSN 4030-00-678-8560 140 Cord, Nylon, type 3 (spool of 700') NSN 4020-00-240-2146 3 D-ring, heavy duty NSN 5365-00-937-0147 560 Pad, energy-dissipation material, Honeycomb (EDM) NSN 1670-00-753-3928 4 boxes 36" x 96" x 3" 8 units per box Plywood, ¾ by 48 by 96 inch, aircraft grade NSN 5530-00-128-4981 140 Tape, pressure sensitive, 2-inch (cloth-backed) NSN 7510-00-074-5124 14 Webbing, Cotton, type 1, ¼ inch NSN 8305-00-268-2411 14 For 3 rd and follow-on shipments: (125 LCLA bundle parts) LCLA bundle Cross Parachute NSN 1670-01-551-5433 125 Adhesive, paste, 1 gallon NSN 8040-00-273-8713 6 Clevis, shackle, 3/8 inch diameter NSN 4030-00-678-8560 125 Cord, Nylon, type 3 (spool of 700') NSN 4020-00-240-2146 2 D-ring, heavy duty NSN 5365-00-937-0147 500 Pad, energy-dissipation material, Honeycomb (EDM) NSN 1670-00-753-3928 3 boxes 36" x 96" x 3" 8 units per box Plywood, ¾ by 48 by 96 inch, aircraft grade NSN 5530-00-128-4981 125 Tape, pressure sensitive, 2-inch (cloth-backed) NSN 7510-00-074-5124 12 Webbing, Cotton, type 1, ¼ inch NSN 8305-00-268-2411 12 Questions: Q1: Describe past modifications the company has performed on C-208B aircraft. Q2: Describe the company's capability to perform FAA certified modification work. Q3: Does the company have a roll-up door design for the C-208B or similar lightweight aircraft? Q4: Does the company have an Approved Supplemental Type Certificate (STC) for the roll-up door? If not, provide schedule to complete and receive an FAA approved STC for the roll-up door design. Q5: Please provide estimated production, delivery, and installation schedule (start to finish) for the air drop modification on all five aircraft. Q6: The contractor shall provide any concerns or issues they may have with procuring, shipping, or storing LCLA bundle parts. Q7: Describe the company's Middle-East or South-West Asia deployment experience. 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 copy in Adobe Acrobat (.pdf) format and typographical font of 10 or greater. All response packages should be emailed to the attention of the Procurement Contracting Officer listed below. Any information submitted by respondents to this RFI is strictly voluntary. This RFI does not constitute a RFP or an Invitation for Bids (IFB), nor does its issuance restrict the USG's ultimate acquisition approach. The USG 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. Contracting Office Address : 1970 Monahan Way Bldg 11A, WPAFB, Ohio 45433 Places of Performance : •1. Contractor Aircraft Modification Facility, United States •2. Afghanistan Primary Point of Contact : Contracting Officer, LaVonne Whitelow, (937) 904-4165 lavonne.whitelow@us.af.mil
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8617-16-X-9999/listing.html)
- Place of Performance
- Address: Afghanistan, Afghanistan
- Record
- SN04076578-W 20160409/160407234722-0b98a8ca8e45fcc0929d3cddc12d1979 (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 |