SOLICITATION NOTICE
15 -- Purchase Fixed-Wing Turbo Prop Aircraft
- Notice Date
- 7/28/2003
- Notice Type
- Solicitation Notice
- Contracting Office
- Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
- ZIP Code
- 64106
- Solicitation Number
- WC1330-03-RQ-0231RFA
- Response Due
- 8/29/2003
- Archive Date
- 9/13/2003
- Point of Contact
- Ronald Anielak, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530, - Ronald Anielak, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7530,
- E-Mail Address
-
ronald.f.anielak@noaa.gov, ronald.f.anielak@noaa.gov
- Description
- The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Aircraft Operations Center (AOC), MacDill AFB, Florida, intends to purchase a fixed wing aircraft for the support of snow survey missions. Aircraft of the NOAA Aircraft Operations Center are flown in support of NOAA's mission to promote global environmental assessment, prediction and stewardship of the Earth's environment. NOAA's aircraft operate throughout the United States and around the world, over open oceans, mountains, coastal wetlands, and Arctic pack ice. These versatile aircraft provide scientists with airborne platforms necessary to collect the environmental and geographic data essential to their research. The AOC operates and maintains one Rockwell Turbo Commander aircraft, which is considered the most ideal airplane for conducting snow water equivalency measurements in the high altitude and mountainous areas of the United States. The Turbo Commander is used to carry a gamma ray spectrometer. This instrument is necessary to complete the ASnow Survey@ work, and must be mounted in the aircraft fuselage, and calibrated to the airframe. During the winter months, all of the snow-covered areas of the U.S., including Alaska must be surveyed, making this work extremely time critical. The agency is interested in purchasing a low-time turbine powered Rockwell Commander. The aircraft should be available to be operated by the AOC November 1st, 2003. Aircraft Description: The aircraft required for this contract shall be a Rockwell Commander. Models AC-690A, AC-690B, AC-840, AC-900, AC-980, and AC-1000 would be acceptable. In order to expect a high level of reliability, the AOC is interested in a relatively low time (<6,000 hour TT) aircraft that has been well cared for, hangared as often as practical, with all maintenance history documented. Aircraft having undergone the Renaissance refurbishment program are preferred. All engine overhaul records, including Form 337 listing Life-Limited Components, Service Bulletins, Final Engine Test Results, and Warranties shall be available for inspection by the AOC prior to contract award. The aircraft shall have a current and valid U.S. Airworthiness Certificate showing certification by the Federal Aviation Administration (FAA). The aircraft shall be free of any significant damage history, and the maintenance history shall be available for inspection during the evaluation process. The aircraft shall be modified or be capable of being modified for aerial photography and airborne observation / remote sensing missions. NOTE: Any life limited items will be rated appropriately during the evaluation process if not zero time. Aircraft Capabilities. The aircraft required for this contract shall be capable of the following: flight into known icing conditions, flight into day and night Instrument Flight Rule (IFR) and Visual Flight Rule (VFR) conditions, service ceiling of 31,000 ft MSL, maximum endurance of 5 hours 15 minutes at cruise speed, maximum range of 1080 Nautical miles with 45 minute IFR reserve, minimum useful load of 3100 lbs. Aircraft Equipment. The aircraft required for this contract shall have the following equipment: equipment required for day and night, IFR and VFR flight in accordance with FAA regulations, equipment required for flight into known icing conditions in accordance with FAA Regulations including deicing boots, electrically heated engine intake, windshield and prop heat capability, anti-collision lights and two or three point strobe light system, cockpit and cabin fire extinguishers, environmental system for cockpit and cabin, taxi light(s), FAA approved shoulder harnesses with for each front seat occupant. Shoulder straps and lap belts shall fasten with on single-point, quick release mechanism, first aid equipment as listed in FAA Regulations, Part 121, Appendix a, dual flight controls, Garrett Dash 10 or Dash 10T engines. It would be preferable that the aircraft be painted three colors in accordance with the color scheme of the Department of Commerce, provided that this is done at no additional cost in money or time. Modification (or capability of modification) of a downward looking port in center of cabin flooring that penetrates aircraft skin (STC'd). This modification is not required immediately, and this requirement is negotiable. Modification (or capability of modification) of cabin power availability to provide both AC and DC power to required scientific instrumentation. Availability of 30A of the 28V Aircraft power budget is required. Avionics. An aircraft having undergone the Renaissance program to include the Meggitt "Magic" flat panel EFIS and the Digital Flight Control System is preferred. Dual Garmin GNS-530A units are also preferred. The following radio/electronics equipment would be an acceptable configuration for the requested aircraft to accomplish airborne observation missions. All equipment must conform to FAA Regulation, Part 37, Technical Standards Order (TSO) and FCC Type Acceptance where applicable. An FCC station license will be provided. Emergency Locator Transmitter with cockpit activation and arm capability, two (2) VHF transceivers capable of 8.33 MHz channel spacing, two (2) 200 channel VHF navigation receivers, two (2) 40 channel UHF glideslope receivers, approach certified GPS unit, two (2) horizontal situation indicators (HSI), one (1) altitude alerter system with on/off capability, two (2) transponder systems, selectable with single control head with Mode C capability, 3 axis autopilot system with altitude pre-select / alert, and couplers for full approach capability, also capable of supporting metric aerial photography, Pilot and co-pilot station heading bug control of autopilot, distance measuring equipment (DME) with ground speed and time to station, two (2) automatic direction finders (ADF) displayed on RMI=s, flux gate compass system for pilot (slaved compass system), vacuum driven attitude indicator and directional gyro on co-pilot=s side, digital color weather radar system, static wick discharge system, two (2) marker beacon systems (three lights), Pilot and co-pilot audio control system, Pilot and co-pilot yoke push-to-talk radio mic switch, wiring modification to power AOC supplied inverter as discussed in Sec. IV-M, using aircraft 28V DC, hot mic operable Internal Communication System (ICS) with pilot, copilot and a minimum of four (4) observer stations in the cabin, FAA approved TAWS or EGPWS system is desirable, but not a requirement per se. NOTE: Installation StandardsBInstallation work shall comply with the latest issues of FAA Regulations Part 43, and the latest Advisory Circulars. At the time of inspection, the contractor shall provide evidence that all radio/electronics equipment on the aircraft has been inspected and serviced, as required, within the preceding sixty (60) days, and that all workmanship, equipment and materials relating to such facilities meet the installation standards of this contract. Aircraft Modifications. An approved FAA Form 337 or supplemental type certificate along with supporting aeronautical documentation shall accompany all contractor-supplied modifications. Aircraft Documentation. All service bulletins, service letters, airworthiness directives, service instructions, including five year / 3000 hour inspection, shall be complied with and completed on the aircraft by the contractor prior to delivery to the Government. Documentation of the above must be made available to the Government. Complete engine, propeller, and airframe logbooks, or certified copies, must be made available to the Government prior to contract award. All logbook entries must be documented and verifiable. The aircraft must be available for Government inspection and test flight prior to contract award. When selecting an offer for award, the Government will consider the technical ratings of the above factors coupled with the proposed cost of the aircraft. The Government will base its award on the overall proposal that provides the best value in terms of technical merit and price. As technical merit becomes more equal between offers, price becomes significantly more important. This is a commercial item acquisition. The solicitation will be available on or about August 8, 2003. Firms interested in receiving a copy of the solicitation should send a written request to the contracting officer, referencing this announcement number. Requests may be made by fax (816) 426-7530) or e-mail. This action is not set-aside for small business.
- Record
- SN00384404-W 20030730/030728213301 (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 |