SOLICITATION NOTICE
15 -- One (1) new (with no more than 100 hours) KA350iER aircraft.
- Notice Date
- 6/18/2012
- Notice Type
- Combined Synopsis/Solicitation
- NAICS
- 336411
— Aircraft Manufacturing
- Contracting Office
- ACC-RSA - (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
- ZIP Code
- 35898-5280
- Solicitation Number
- W58RGZ-12-R-0325
- Response Due
- 6/29/2012
- Archive Date
- 8/28/2012
- Point of Contact
- Mark E Carlson, 256-876-7230
- E-Mail Address
-
ACC-RSA - (Aviation)
(mark.e.carlson@us.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. This combined synopsis/solicitation is issued as a sole source RFP under solicitation number W58RGZ-12-R-0325. The solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisition Circular (FAC) 2005-25. This effort is a sole source to Hawker Beechcraft, Inc. CAGE 70898, NAICS code 336411, under the authority of of Tile 10 United States Code (U.S.C.) 2304 (c)(1) as implemented by Federal Acquisition Regulation (FAR) 6.302-1 (a)(2)(ii). This acquisition is for the following: REQUIREMENT DESCRIPTION: KING AIR MODEL 350iER: The basic aircraft platform shall be a new condition KA350iER. The KA350iER configuration is manufactured with the FL8000 Extended Range Package and Rockwell Collins Pro Line 21 integrated avionics system. New condition means fewer than 100 operating hours with any remaining or new factory warranty. The delivered item shall comply with all provisions of FAA Part 23 Certificate Data Sheet A24CE. Basic Aircraft, KA350iER including FL8000 Extended Range Package: - Two Pratt & Whitney PT6A-60A turboprop engines - Hartzell 105 inch diameter four blade propellers - Long range fuel tanks with 236 gallons added capacity - Two 300 ampere 28vdc generators - Maximum payload 4,030 pounds - Forward CG limit (16,500 pounds) 24.8% MAC - Aft CG limit 31.7% MAC -Long range cruise speed 238 kias - Stall speed (15,675 pounds) 80 kias - Altitude ceiling 35,000 feet - "Green" Interior with the following panel options: sidewall upper inset panel, sidewall lower inset panel, cabin sidewall, and cockpit sidewall. - Exterior to be painted "Insignia White" with marking using TM 55-1500-345-23 as a guide. Basic Aircraft, Rockwell Collins Pro Line 21 Integrated Avionics System with following items or technical equivalents: - Integrated Avionics Processor System (ICC-3000, DCU-3000) - Integrated Flight Information System - Electronic Flight Instrument System with 3 displays AFD-3010 - Engine Indicating System (DCU-3000) - Air Data System ADC-3000 - Attitude Heading System AHS-3000 - Automatic Flight Guidance System FGC-3000 - Flight Management System FMS-3000 - Global Positioning System GPS-4000S - Weather Radar System TWR-850 - Navigation Radios NAV-4000 and NAV-4500 - Communication Radios VHF-4000 and VHF-4000 - Radio Tuner Unit RTU-4220 Basic Aircraft, Other Integrated Avionics Systems with following items or technically equivalent (desired): - Audio System with Crew Interphone and Nose Gear Jack - Cockpit Voice Recorder system FA2100 - Maintenance Diagnostics Computer system MDC-3110 - ACSS Company TAWS+ Terrain Awareness & Warning System - L-3 Communications GH-3100 Electronic Standby Instrument System Basic Aircraft, Loose Equipment: - Propeller Slings - Plugs for engine inlets, bleed air, pitot tubes - Tow Bar - Gust Lock Assembly - Flight Bag - 2 Bose Noise Cancelling Headsets - Tools for fuel sump drain, engine oil drain Basic Aircraft, Emergency Equipment: - Emergency Lighting Battery Kit - Oxygen Masks for crew, passengers - Fire Extinguishers The aircraft must be capable of receiving the following equipment: Tactical Air Navigation Aid kit; - TCN-500 System Forward Facing Cabin Chairs; - Standard cabin passenger seats Forward Facing Toilet kit; - FAA approved Installation Kit - May be used as occupied seat for takeoff and landing STANDARD OPTIONS: Certain factory installed standard options shall be incorporated into the basic aircraft platform. Standard Option, FL7300 Extended Center Flight Pedestal - Center flight deck pedestal extended 24 inches - Blank-off panels installed at unoccupied spaces Standard Option, FL9035 TCAS II with Diversity Transponders: - Upgrade TCAS to TCAS-4000 with Level-7 software CONTRACTOR QUALITY ASSURANCE: The Contractor shall perform inspections and acceptance tests to enable delivery of the prime. Commercial aircraft acceptance processes may be used. A Check Flight that demonstrates full functionality of the basic aircraft and factory installed equipment may be conducted prior to acceptance. Acceptance tests may include up to 10 to 12 hours aircraft operation, which may be accumulated without invalidating compliance with the requirement to deliver a new condition aircraft. Provisions shall be made to enable Government witness of all Contractor inspections and acceptance tests including the Check Flight. STANDARD PUBLICATIONS SET. Documentation and technical publications shall be provided with delivery of the basic aircraft. The following shall be provided at a minimum: - Pilot's Operating Handbook - FAA Approved Airplane Flight Manual - Aircraft Technical Log for aircraft - Aircraft Technical Log for engines - Aircraft Technical Log for propellers - Pilots Guides User Guides for avionics - Pilot's Checklist - Flight Log - Supplementary Log - Maintenance Inspection Log - Maintenance Information Sheet - Maintenance Manual - Component Maintenance Manuals - Wiring Diagram Manual - Parts Manual - Printed Circuit Board Manual STANDARD TRAINING ENTITLEMENT: Training for flight crew and maintenance personnel shall be provided and conducted by and at the Hawker Beechcraft training center. The following shall be provided at a minimum: - 2 training slots for Flight Crew including 12 hour simulator training - 1 training slot for Maintenance Technician FACTORY WARRANTY: Full or residual warranty of the basic aircraft and factory installed equipment shall be provided or transferred to the Government. In accordance with FAR Part 6.302-1(d)(2), a responsive, responsible party may submit a proposal which will be considered. The provision at FAR 52.212-1, Instructions to Offerors Commercial, applies to this acquisition. The offeror must include a completed copy of the provision at FAR 52.212-3, Offeror Representations and Certifications Commercial Items, and Defense FAR Supplement (DFARS) 252.212-7000, Offeror Representations and Certifications Commercial Items, with its proposal. FAR 52.212-4, Contract Terms and Conditions Commercial Items, applies to this acquisition. FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. Applicable clauses under FAR 52.212-5 are: 52.233-3, 52.233-4, 52.203-6, 52.203-13, 52.219-8, 52.219-9, 52.219-25, 52.222-3, 52.222-19, 52.222-21, 52.222-26, 52.222-35, 52.222-36, 52.222-37, 52.222-50, 52.232-33, 52.233-3, 52.233-4. Applicable clauses under DFARS 252.212-7001 are: FAR 52.203-3, 252.203-7000, 252.205-7000, 252.227-7015, and 252.232-7003. DFARS 252.209-7001 applies to this acquisition. The offerors proposal must be signed, dated and delivered or mailed to the following office no later than 4:00PM. (Central) on June 29, 2012: US Army Contracting Command, ATTN: CCAM-AR-C/Roosevelt Augustus, Building 5309 Workstation 92C114, Redstone Arsenal, Alabama 35898-5000. The Point of Contact for this action is Mark Carlson, mark.e.carlson@us.army.mil. See Notes 1 and 22. NO FAXES OR PHONE CALLS WILL BE ACCEPTED.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/2a2611cc3c54839bec49255e68e8e255)
- Place of Performance
- Address: ACC-RSA - (Aviation) ATTN: AMSAM-AC, Building 5309, Martin Road Redstone Arsenal AL
- Zip Code: 35898-5280
- Zip Code: 35898-5280
- Record
- SN02778212-W 20120620/120618234432-2a2611cc3c54839bec49255e68e8e255 (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 |