MODIFICATION
15 -- USAFA Soaring Program Industry Day Announcement
- Notice Date
- 10/22/2009
- Notice Type
- Modification/Amendment
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- 1970 Monahan WayWPAFB, Ohio 45433-7211
- ZIP Code
- 45433-7211
- Solicitation Number
- FA8617-10-R-6210
- Response Due
- 10/29/2009
- Archive Date
- 3/1/2009
- Point of Contact
- Kristina Vineyard, 937-255-6315
- E-Mail Address
-
kristina.vineyard@wpafb.af.mil;john.machuca@wpafb.af.mil
(kristina.vineyard@wpafb.af.mil;john.machuca@wpafb.af.mil)
- Small Business Set-Aside
- N/A
- Description
- United States Air Force Academy Soaring ProgramIndustry Day Announcement The Aeronautical Systems Center (ASC), United States Air Force Materiel Command, is conducting analyses in support of the non-powered flight capability at the United States Air Force Academy (USAFA). As part of these analyses, ASC will be offering an Industry Day on 3 Nov 2009 near Wright Patterson Air Force Base, Fairborn, Ohio at the Tec Edge, Wright Brothers Institute Innovation and Collaboration Center (ICC)(reference map attached in FedBizOps). The purpose of this event is to communicate with industry the intentions of the potential USAFA glider acquisition, discuss minimum system requirements and receive contractor feedback on these topics. This Industry Day shall be considered a portion of the market analysis being conducted by ASC. This effort is for the purchase of a government owned fleet of 19 aircraft suitable for cadet soaring training; 14 dual seat basic gliders and 5 dual seat aerobatic/advanced gliders. To be considered eligible, all aircraft proposed must be commercial off-the-shelf (COTS) FAA certified aircraft. Due to the urgency of the timeline, it is preferred that the aircraft supplied be currently in production or in-stock, however, ASC remains open to other suitable acquisition options that are able to meet timeline requirements. Also, while it is preferred that a single manufacturer provide both the basic and aerobatic aircraft for standardization of training and maintenance purposes, the Air Force is fully dedicated to fair and open competition, and as such there is no requirement that a single manufacturer be able to produce both aircraft. Support of these aircraft will be handled under a separate contract and is not part of this effort. The minimum characteristics of these aircraft are listed in Attachment 1 to this announcement. Additional reference information can be found in the USAFA Sailplane Fleet Replacement Sources Sought Synopsis (SSS) / Capability Request For Information (CRFI) posted 10 July 2009 to the FedBizOps site, however information contained therein should be considered for reference only and may have been subjected to change without notice. Link: https://www.fbo.gov/index?s=opportunity&mode=form&id=67020810fe153e0eb415e7ce0fa69532&tab=core&_cview=0 Industry Day Format Those contractors interested in participating should plan to attend the 0900 -1140hrs briefing on 3 Nov 09. This morning session will be the government's brief to the attendees on the background of the acquisition, the system requirements, and some question and answer time. Due to room size constraints, each company is restricted to four representatives maximum. The Government briefing charts and questions and answers discussed during the Industry Day will be made available on FedBizOps approximately two weeks after the Industry Day. During the afternoon, upon request, each company will be allocated up to 50 minutes for an individual presentation to the government team to include a question and answer session. The contractor presentation should be no more than 25 minutes in length with the remainder of the time spent on questions and answers. The presentation should provide information in, but is not limited to, the following areas:.Aircraft characteristics that meet/exceed minimum requirements.Identify any stated requirements not met by current design. Include any discussion on potential plans to rectify..Identify any materials currently in aircraft that are items controlled by the Berry Amendment.Discuss how your company currently satisfies (or how you plan to satisfy) the requirements of the Buy American Act and Berry Amendment.Projected costs.Production capability and lead times.Projected delivery time tables.Projected airframe service life, maintenance hours per flight hour.Comment on any special maintenance considerations required, including availability of technical data and spare parts.Comment on the overall durability of the glider with regard to cadet operations at USAFA (high operations tempo combined with rigorous use by inexperienced pilots, semi-improved field landings).Past performance of like contracts/business/users.Input/comments on acquisition strategy and program plans If you choose to request a side session, please bring your unclassified presentation (preferably in Microsoft PowerPoint format) on appropriately marked CD ROM/DVDs and provide it to the government contracting official. Please be advised that all submissions become Government property and will not be returned. The 3 Nov 09 side session times available are as follows: A.1200 - 1250B.1300 - 1350C.1400 - 1450D. 1500 - 1550E.1600 - 1650 If your company chooses to attend the Industry Day, please e-mail your intent, with a list of attendees (include full name, business title and citizenship), to Capt John Machuca at John.Machuca@wpafb.af.mil and Mr. Walter Justice at Walter.Justice@wpafb.af.mil NO LATER THAN 29 OCT 09. Also be sure to indicate if you wish to participate in a one-on-one session. Scheduling will be on a first come first serve basis. Confirmation of a scheduled meeting time will be provided by e-mail prior to the event. All attendees must present government issued photo identification on the day of the event, prior to participating in the event. If you are not a United States citizen, or a United States citizen representing a foreign company, please explicitly notify Capt Machuca and also contact Mr. Ronald Hannan, 77 AESW Security Manager, as additional processing is required. Mr. Hannan's telephone number is (937) 255-8584 and his email address is: Ronald.Hannan@wpafb.af.mil. There are no physical credentials required to gain entry to the Tec Edge ICC facility. It is an off-base location. Please see the map included on the FedBizOps site for driving directions. The address for the facility is 5100 Springfield Street, Suite 210, Dayton, Oh. 45431. Tec Edge is on the second floor of the building. Primary point of contact for this program is: Capt John Machuca, Tel: 937-904-5867ASC/XRE, Bldg 11A, 1970 Monahan Way, Wright-Patterson AFB, Oh 45433 John.Machuca@wpafb.af.mil NOTE: This event does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. The Government does not intend to award a contract on the basis of this announcement. Submitting capabilities and concepts in response to this announcement is voluntary, and participants shall not be compensated. This is to be considered a step in establishing industry understanding of the USAFA glider acquisition program and to allow the government team to determine the existing market and an understanding of the capabilities that exist. This event does not commit the Government to contract for any supply or service whatsoever. Further, ASC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this event. Please be advised that all submissions become Government property and will not be returned. All costs associated with attending this event will be solely at the responding party's expense. Not participating in this event does not preclude participation in any future RFP, if any is issued. It is the responsibility of the interested parties to monitor this FedBizOps website for additional information pertaining to this potential acquisition. Contractors/Institutions responding to this market research are placed on notice that participation in this market research may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this market research. If your company is interested in participating but unable to attend the Industry Day on this particular date, please contact the primary POC to discuss alternate date options. The same rules, procedures, time limits and policies from the 3 Nov Industry Day will apply to any and all alternate meetings with industry. All non-proprietary questions and answers discussed during alternate dates will still be included in the questions and answers minutes of the 3 Nov Industry Day that will be posted on FedBizOps for all to review.   ATTACHMENT 1 TO USAFA GLIDER INDUSTRY DAY ANNOUNCEMENT 1.0MINIMUM AIRCRAFT CHARACTERISTICS: Aircraft must meet all of the minimum characteristics/measurable capabilities listed below. 1.1 Dual Seat Basic Training Glider (14 each). FAA certification is mandatory. Minimum useful load of 440 pounds is mandatory. Basic flight instruments in the front and rear cockpits are mandatory. Must be spin certified. All other requirements are stated below and in the System Capabilities and Characteristics Parameters Matrix. 1.2Dual Seat Aerobatic Training Glider (5 each). FAA certification is mandatory. Basic flight instruments in the front and rear cockpits are mandatory. Minimum useful load of 440 pounds is mandatory. Must be spin certified. All other requirements are stated below and in the System Capabilities and Characteristics Parameters Matrix. 1.3System Performance. All missions will be accomplished in day, Visual Meteorological Conditions with up to reported continuous moderate turbulence. Aerobatics and spin training sorties may be limited to reported light to occasional moderate turbulence. Minimum turn time between glider sorties may not exceed 5 minutes. 1.4Logistics and Readiness. The fleet should be able to meet a 75% fully mission capable rate on any given day (Contract Logistics Support requirement). It should be possible to complete aircraft annual inspections within three man-days, 100-hour or phased inspections within two man-days. 1.5Maintenance Planning. All maintenance and logistics support must fall under the existing Contract Logistics Support (CLS), USAFA airfield maintenance and fuel contracts. No other programmed support, i.e. depot level maintenance, or Air Force organic maintenance, can be required. For the lifetime of the incoming system it is anticipated that commercial contractors will provide maintenance support. Maintenance schedules must be supplied by the manufacturer and in accordance with FAA certification guidelines. Additionally, 100 hour or phased inspections are desired. The aircraft manufacturer must be capable of providing complete logistics support including spare parts, engineering services and engineering data (in English) throughout the expected service life. 1.6Support Equipment. Trailers should be available as standard support equipment for gliders. Aircraft must be deployable in trailers towed by ton trucks with standard US ball hitches. All glider maintenance should be accomplished with use of common support equipment (inclusive of hand tools) and provided in sufficient quantities to support all glider maintenance. Development of peculiar support equipment shall be scrutinized and held to an absolute minimum. 1.7C4I & Other Standardization, Interoperability, and Commonality. Two-way VHF radios with a frequency range of 118.00 to 136.975 MHz selectable in 25 kHz intervals are required. Emergency Locator Transmitters (ELTs) are required in all new aircraft acquisitions and are required to be 406 MHz compliant. Transponders (IFFs) are required in all new aircraft acquisitions. 1.8Computer Resources. The glider must be equipped with a flight data recorder capable of interfacing with an existing Personal Computer (PC) based system that has the ability to track and maintain a database of aircraft flying hours for maintenance contract billing purposes. Existing computer capabilities (inclusive of facilities, hardware, software and support) are sufficient to support all requirements of the new gliders procured under the Soaring Program. No new or additional computer resources will be required. 1.9Human Systems Integration 1.9.1Gliders must be operable by non-rated Air Force personnel who meet the minimal medical screening requirements for incentive flights. A 440-pound minimum useful load is required. A useful load of 440-pounds allows a nominal 180-pound instructor to fly with a student as heavy as 260 pounds. 1.10Other Logistics and Facilities Considerations. All aircraft will be based at the USAF Academy and housed in existing hangars. Current facilities, supplied and supported by the USAF, house the existing glider fleet and are sufficient to house the new fleet. No new infrastructure is required. The maintenance contractor will use existing or developed FAA-approved maintenance manuals. The maintenance contractor with direct consultation of the manufacturer will accomplish any requirement for specialized maintenance training. Maintenance support of the gliders will be accomplished by licensed A&P mechanics (released to fly after annuals by A&Ps with Inspector Authorization.) No specialized maintenance technical orders can be required. No new military occupational specialties can be required. All aircrew training will be organic to the 306th Flying Training Group. Trailers should be weather resistant and capable of outside storage in Colorado with no significant corr! osion or maintenance support. 1.11Geospatial Information and Services. Sectional Aeronautical Charts meet all cartographic requirements. 1.12Natural Environmental Support. State-of-the-science weather support is required to optimize mission effectiveness while minimizing risk to resources and personnel. All airfield weather observation, forecasting, and aircrew briefing requirements are met by the current USAFA Airfield Contract weather support. A contract will be in effect throughout the projected lifetime of the new aircraft and is a cost-effective way to satisfy the environmental support requirements. 1.13Seat design should be flexible enough to allow pilots to fly with or without parachutes, as applicable, and still be able to operate flight controls.SYSTEM CAPABILITIES AND CHARACTERISTICS PARAMETERS MATRIX System Capabilities and Characteristics ParametersDual Basic Training GliderDual Aerobatic Training Glider1. FAA CertificationUtility category, SailplaneAerobatic category, Sailplane2. ConfigurationTandem cockpit, flight controls front and rear, Five point harness system Wingtip wheelsTandem cockpit, flight controls front and rear Five point harness system Wingtip wheels Configured with smoke canister ignition and wingtip mounting system with instrument panel mounted activation switch.3. Payload capabilityMinimum 440 lbs total crew capacityMinimum 440 lbs. total crew capacity 4. InstrumentationBasic Flight Instruments, front and rear cockpits to include at a minimum airspeed indicator, altimeter, vertical velocity indicator, g-meter. VHF radio (front cockpit) Downloadable flight data recorder system 406 MHz ELT TransponderBasic Flight Instruments, front and rear cockpits to include at a minimum airspeed indicator, altimeter, vertical velocity indicator, g-meter. VHF radio (front cockpit) Downloadable flight data recorder system 406 MHz ELT Transponder 5. PerformanceNoticeable and consistent stall warning cues, consistent spin entry and recovery characteristics achievable at all center of gravity positions for flight. (primary spin trainer)Capable of all flight maneuvers required for FAI unlimited category aerobatic competition on single sortie For more information on "USAFA Soaring Program Industry Day Announcement", please refer to:https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=6362
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/ASC/FA8617-10-R-6210/listing.html)
- Place of Performance
- Address: 306 Flying Training Group9206 Airfield DriveUSAFA, Colorado 80840
- Zip Code: 80840
- Zip Code: 80840
- Record
- SN01990195-W 20091024/091022234805-d064ec6b8f1907b5177ea5dc759d2227 (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 |