Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 10, 2004 FBO #0927
MODIFICATION

A -- T-6A Technical Sustainment Contract

Notice Date
6/8/2004
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
1970 Monohan Way Bldg 11A WPAFB, OH 45433 , 45433
 
ZIP Code
45433
 
Solicitation Number
T6ATSC
 
Response Due
7/9/2004
 
Archive Date
12/31/2004
 
Point of Contact
Dan Lueking,(937)904-4247
 
E-Mail Address
Email your questions to daniel.lueking@wpafb.af.mil
(daniel.lueking@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
T-6A Technical Sustainment Contract The Joint Primary Aircraft Training System (JPATS) Aircraft Program, Wright- Patterson AFB, OH is conducting an additional market survey for the follow-on T- 6A Aircraft Product Enhancement Contract of the T-6A Texan II aircraft. We anticipate a 5-year contract with contract award in accordance with Federal Acquisition Regulations (FAR) Part 15 no later than Oct 2005. T-6A Background The T-6A is a derivative of the Swiss Pilatus PC-9 MK II, which uses Non-Developmental Items (NDI) or derivatives of commercially available items to meet most system requirements. The T-6A was missionized by Raytheon Aircraft Company (RAC), Wichita, Kansas to replace the United States Air Force (USAF) T-37B and the United States Navy (USN) T-34C primary training aircraft. Raytheon owns the data rights to the T-6A design and all peculiar support equipment. The T-6A is a low wing, high performance, pressurized, turboprop aerobatic trainer. The T-6A will provide entry-level students with the skills necessary for contact/familiarization, instruments, formation, and navigation during both day and night conditions. T-6A training will lead to a level of proficiency that permits transition into one of the USAF or USN advanced pilot training tracks. Current Environment There are presently 143 T-6As stationed at four main operating bases (MOB): Randolph AFB, Texas; Moody AFB, Georgia; Laughlin AFB, Texas; and Naval Air Station (NAS) Pensacola, Florida. At the end of this 5-year follow-on (through FY 2010), there will be a total of 782 aircraft in the field stationed at these four MOBs and these additional bases: Sheppard AFB, Texas; Vance AFB, Oklahoma; and Columbus AFB, Mississippi; NAS Whiting, Florida; and NAS Corpus Christi, Texas. Currently, approximately 18% of the fleet has been delivered and the production line is scheduled to continue through FY 2015 with the production of 40-70 aircraft per year. In addition, the USAF anticipates approximately 30 Class I Engineering Change Proposals through FY 2012 (See Attachment 1) that will involve (but are not limited to) both the airframe structural components (e.g., landing gear) and avionics subsystems. At this time, Raytheon Aircraft Company (RAC) is the sole provider for studies, analysis, and the development of all corrections of deficiencies and/or product improvements. RAC also provides all maintenance support for the government?s prototype aircraft (PT-4), crash damage repairs, and System/Sustainment Engineering Support for the T-6A Ground Based Training System (GBTS). Product Enhancement Contract Description The product enhancement contract will procure:; 1. Future studies and analysis against aircraft and ground-based training equipment deficiencies and product enhancements. 2. Over and above maintenance support for the prototype aircraft located at Raytheon Aircraft Company (RAC), Wichita, KS. 3. Support for the development of new product enhancements for the T-6A training system. 4. Five years of crash damage repair as required for any fielded aircraft. 5. Onsite field service representatives at main operating bases to assist in maintenance support. 6. Navy Aircraft spares outside the typical COMBS support contract. 7. Engine Structural Integrity Program and Aircraft Structural Integrity Program support. 8. GBTS Integration + Systems Engineering support. 9. Parts Obsolescence management 10. Engineering Dedicated Support for deficiency reports, strategy planning, and miscellaneous program management planning. There is no intention to breakout these tasks separately. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and capability of potential sources. Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business, HUBZone small business and/or service disabled veteran-owned small business. The North American Industrial Classification System (NAICS) Code 336411, Aircraft Manufacturing, applies to this acquisition with a size standard of 1,500 employees. All prospective contractors must be registered in the Central Contractor Registration (CCR) database to be awarded a DoD contract. Interested sources are encouraged to first register as source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). PLEASE INFORM US IF YOUR FIRM INTENDS TO PERFORM THE WORK SOLELY OR IF YOU DESIRE TO SUBCONTRACT WITH THE PRIME CONTRACTOR. Technical Considerations In addition to the information requested above, interested firms should submit sufficient information that will permit evaluation of their technical capabilities. We will be assessing the level of market interest and competitiveness for this acquisition based on responses to the following: 1. Does your firm have intimate knowledge of the entire T-6A system? a. Include past performance ratings/evaluations (e.g. Contractor Performance Assessment Ratings, Award Fee, similar contract awards) 2. What strengths does your firm have that enhance your ability to meet and/or exceed the T-6A studies, analysis, and development requirements? (e.g. ISO 9000) 3. Are you familiar enough with the aircraft to be able to make crash damage repairs? Do you have past experience with similar aircraft. 4. Does your firm have qualified personnel available to support onsite maintenance activities? All parties are asked to provide a telephone number, an e-mail address and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. THIS INFORMATION SHOULD BE SUBMITTED IN WRITING TO ASC/YTLJ, BLDG 11A, ROOM 201-I, 1970 MONAHAN WAY, WPAFB OH 45433-7211 NOT LATER THAN CLOSE OF BUSINESS 9 Jul 2004. The points of contact are Dan Lueking (937) 904-4247. Any non-technical and/or contractual questions should be referred to one of the above individuals. Program/technical questions should be directed to Larry Knight (937) 904-4184. In accordance with recent changes to the Air Force Materiel Command Federal Acquisition Regulation Supplement (AFMCFARS), the position of the ASC Ombudsman has been terminated. If any offeror or potential offeror has any questions or concerns about this particular acquisition please direct all comments to Contracting Officer Tom Jordan (937) 904- 4314. INFORMATION CONTAINED IN THIS SYNOPSIS IS FOR INFORMATION AND PLANNING PURPOSES ONLY, IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL (RFP) AND IT IS NOT TO BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. For more information on T6ATSC--T-6A Technical Sustainment Contract please refer to http://www.pixs.wpafb.af.mil/pixslibr/T6ATSC/T6ATSC.asp
 
Web Link
T6ATSC-T-6A Technical Sustainment Contract
(http://www.pixs.wpafb.af.mil/pixslibr/T6ATSC/T6ATSC.asp)
 
Place of Performance
Address: TBD
Zip Code: TBD
Country: United States
 
Record
SN00600034-W 20040610/040608212023 (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.