SOLICITATION NOTICE
15 -- Single Engine Aircraft
- Notice Date
- 6/6/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
- ZIP Code
- 20537
- Solicitation Number
- DEA-02-R-0029
- Archive Date
- 8/31/2002
- Point of Contact
- Herbert Sterling, Contract Specialist, Phone 202-307-7812, Fax 202-307-4877, - Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877,
- E-Mail Address
-
hsterling@dialup.usdoj.gov, jeickenhorst@dialup.usdoj.gov
- Description
- The Drug Enforcement Administration (DEA) has a requirement for a single engine, high wing, piston engine aircraft (Cessna T206 or equal). The aircraft will be used as a law enforcement surveillance platform and a utility aircraft to transport cargo and personnel. SALIENT CHARACTERISTICS: The aircraft shall have, but not be limited to, the following: maximum speed of 170 knots at 17,000 feet; cruise of 145 knots at 75% power at 10,000 feet; maximum range of 550 nautical miles with 88 gallons of usable fuel; rate of climb at sea level of 950 feet per minute; service ceiling of 25,000 feet; takeoff/ground roll of 900 feet; maximum takeoff or landing weight of 3,600 lbs.; maximum useful load of 1,350 lbs.; and total fuel capacity of 90 gallons. ENGINE: Textron Lycoming TIO-580-A1A (or equivalent) - piston driven, fuel injection, turbo charged, air cooled. The engine shall be factory new with no more than twenty (20) hours total time on the engine. AVIONICS PACKAGE: Duel Nav/Coms with Glide Scope, ADF system, transponder with Mode S encoder, VOR/Localizer/Glide Slope Indicator, Global Positioning System, audio panels with intercom system and marker beacon, horizontal situation indicator, 2-axis autopilot, emergency locator transmitter. AIRFRAME: High wing design; conventional aileron, ruder elevator and flap design flight controls; six seats including one for pilot; cargo door; fixed tricycle style landing gear; metal construction. CERTIFICATION: In accordance with FAA Regulation Part 23. CORROSION PROTECTION: Interior and exterior shall be corrosion protected. FINISH: In accordance with best commercial practices utilizing a polyurethane base paint. WARRANTY: Minimum two (2) year standard commercial warranty for parts. REGULATIONS: Numerous FAA certifications and regulations shall be applicable to this requirement. All factory standard equipment of the manufacturer's commercial model, unless otherwise noted, shall be provided in addition to those items specified in the requirements. Award will be based on the proposal that best meets the requirements defined in the solicitation and that is determined to be the best value to the Government, price and other factors considered. The Government anticipates awarding a base year ID/IQ contract with four (4) twelve-month option periods. Offerors will be required to provide a technical proposal, as well as information regarding their past performance history. The North American Industry Classification System (NAICS) number is 336411. A draft copy of the solicitation will be posted on or about July 10, 2002, to the DEA website at http://www.usdoj.gov/dea/ to allow potential offerors the opportunity to review the requirement and provide questions/comments regarding the solicitation. The official solicitation will be posted on or about August 7, 2002, and will be issued solely through the DEA's acquisition website. Hard copies of the RFP will not be available. Potential offerors will be responsible for downloading their own copy of the solicitation and any amendments, as well as obtaining any reference documents, if applicable, from the Technical Library that will be established at the program office site at Alliance Airport in Fort Worth, Texas. It is the offeror's responsibility to monitor this website for the release of the solicitation and any amendments.
- Place of Performance
- Address: 2300 Horizon Drive, Fort Worth, Texas
- Zip Code: 76177
- Country: USA
- Zip Code: 76177
- Record
- SN00089172-W 20020608/020606213121 (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 |