Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 27, 2003 FBO #0575
SPECIAL NOTICE

15 -- Target Aircraft

Notice Date
6/25/2003
 
Notice Type
Special Notice
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Weapons Division Dept.1, Commander, NAWCWD, Code 210000D, 1 Administration Circle, China Lake, CA, 93555-6100
 
ZIP Code
93555-6100
 
Solicitation Number
N68936-03-T-0121
 
Response Due
7/11/2003
 
Archive Date
7/26/2003
 
Point of Contact
Bryan Gregory, Contract Specialist, Phone (760) 939-8996, Fax (760) 939-9651, - Debbie Hartley, Contract Specialist, Phone (760) 939-2780, Fax (760) 939-9651,
 
E-Mail Address
bryan.gregory@navy.mil, debra.hartley@navy.mil
 
Description
The Naval Aviation Systems Command, Naval Air Warfare Center Weapons Division, (NAVAIR WD) China Lake, CA is issuing this Request for Information (RFI) for the purposes of establishing a list of interested sources capable of providing the Contract Line Items (CLINs) identified below. The RFI is further intended as a means of receiving industry input into current commercial practices in providing such items, determining the feasibility of meeting the technical requirements, and establishing appropriate contract terms and conditions. The NAICS code is 481219; and the size standard is $6M. The government anticipates issuance of an Indefinite-Delivery Indefinite-Quantity (IDIQ) Firm Fixed Price (FFP), FOB Destination contract. This notice, however, does not constitute an Invitation for Bids (IFB), Request for Quote (RFQ), or Request for Proposal (RFP) and it is not a commitment by the U.S. Government to procure the items contained herein. The government will not reimburse any party for preparation of presentations or other data submitted in response to this RFI. CLIN 0001: Long-Term Aircraft. The contractor shall provide two (2) aircraft on site at China Lake, CA for the duration of this contract. Included in this CLIN shall be all resources necessary to operate the aircraft such as ground crew, specialized equipment, and one (1) full-time Naval Air Training and Operating Procedures Standardization (NATOPS)-qualified (or equivalent) aircrew on-site at China Lake for the duration of the contract. Aircrew must be functional check flight (FCF) certified with a minimum of 1,500 hours of military tactical jet experience. Aircrew personnel must have a Secret clearance prior to performance on this contract. When required for flight test, ground crew shall install/remove the ALQ-167 and/or ARDS pod(s). Aircraft and all necessary resources shall be on-site at China Lake within 30 days after issuance of a Delivery Order (DO). The government estimates utilizing the aircraft for 200 flight hours per year. The government will supply fuel for all aircraft used in support of this requirement. CLIN 0002: Additional Aircraft. The contractor shall be capable of providing a minimum of four (4) additional aircraft with the same basic airframe as the Long-Term Aircraft. The number of additional aircraft required for a particular test phase (may be as few as one (1)) will be specified when issuing a DO. Aircraft, ground support personnel, and specialized support equipment shall be on-site at China Lake capable of supporting test missions within fourteen (14) calendar days after issuance of a DO. The government will give a minimum of three (3) days notice if, after issuance of the DO, the additional aircraft are not required. Additional aircraft shall be required to operate out of China Lake, CA and perform a minimum of five (5) flight hours per aircraft per occurrence. CLIN 0003: Additional Aircrew. The contractor shall be capable of providing a minimum of four (4) additional NATOPS-qualified (or equivalent) aircrew personnel with a minimum of 1,000 hours of military tactical jet experience. The number of additional aircrew required for a particular test phase (may be as few as one (1)) will be specified when issuing a DO. Aircrew personnel must have a Secret clearance prior to performance on this contract. Aircrew shall be on-site at China Lake, capable of supporting test missions, within fourteen (14) calendar days after issuance of a DO. The government will provide a minimum of three (3) days notice if, after issuance of the DO, the additional aircrew are not required. Additional aircrew shall operate out of China Lake, CA for a minimum of four (4) calendar days per occurrence. CLIN 0004: Training. It is anticipated that the government will supply aircrew for some flights. The contractor shall provide sufficient classroom and flight training to certify Navy pilots to a NATOPS-qualified (or equivalent) level for the aircraft provided. For estimating purposes, the contractor should anticipate providing training for four (4) pilots every six (6) months of contract performance, starting six (6) months after award. The following are required functional configurations and performance characteristics for the aircraft. All aircraft shall: Utilize the same basic airframe and shall be configured such that the nose aspect radar cross section is the same for each aircraft; Be equipped with Turbojet or Turbofan engines; Be equipped with all instruments and equipment required to meet FAA Federal Aviation Administration (FAA) Regulations Part 91 requirements for instrument flight rules; Be maintained in full compliance with all FAA directives applicable during the contract period; Have Tactical Air Navigation (TACAN) system including air-to-air ranging capability, and; Be capable of accepting Global Positioning System (GPS) Advanced Range Data System (ARDS) pod (ARDS pod to be provided by the government) via a LAU-7 or similar rack. Aircraft shall be capable of: Operating from a 9,000 ft runway at 2,200 ft mean sea level (MSL) with ambient temperatures of up to 115 deg Fahrenheit; A minimum of 1.5-hour flight duration at moderate speeds and altitudes. (Moderate is defined as approximately 300 knots and 20,000 ft altitude.); At least 300 knots true air speed (KTAS) below 20,000 ft MSL and 0.80 indicated mach number (IMN) from 20,000 ft to 35,000 ft MSL sustained straight and level, and; Performing tactically representative fighter maneuvers with a load factor of at least +3 G?s and ?1G. Additional desired characteristics are contained in the full RFI. The full RFI may be found at https://contracts.nawcwd.navy.mil/rfp-nawc.htm. Respondents are requested to complete the RFI Matrix in the format provided and return to Bryan Gregory, by email to bryan.gregory@navy.mil; by fax to 760-939-9651; or by mail to Commander, NAVAIR WD, code 210000D (B. Gregory), China Lake CA 93555-6100.
 
Place of Performance
Address: N/A
 
Record
SN00356936-W 20030627/030626003710 (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 |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.