Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MARCH 15, 2018 FBO #5956
SOURCES SOUGHT

15 -- C-23 Sherpa Aircraft

Notice Date
3/13/2018
 
Notice Type
Sources Sought
 
NAICS
488190 — Other Support Activities for Air Transportation
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W58RGZ) CCAM, 5301 Martin Rd, Sparkman Ctr, Redstone Arsenal, Alabama, 35898-0001, United States
 
ZIP Code
35898-0001
 
Solicitation Number
W58RGZ-18-R-0155
 
Archive Date
4/27/2018
 
Point of Contact
Dominique Voltz, Phone: 2057059040
 
E-Mail Address
dominique.voltz.civ@mail.mil
(dominique.voltz.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a Sources Sought announcement for market research purposes only, IAW FAR Part 10. The purpose of this announcement is to gain knowledge of interest, capabilities and qualification of businesses to compete and perform this requirement. This is not a solicitation for proposal and no contract will be awarded as a result of this announcement. No reimbursement will be made for any costs associated with providing information in response to this announcement. The United States Army Aviation and Missile Command (AMCOM), Redstone Arsenal, Alabama, anticipates a potential requirement to transfer four C-23 Sherpa Aircraft as Excess Defense Articles to the Brazil Army (BRA). The anticipated contract vehicle is Firm Fixed Price. The BRA has been approved to receive four C-23B+ aircraft which are identified as 93-1321/SH3405/AK05, 93-1334/SH3418/AK18, 93-1335/SH3419/AK19, and 94-0310/SH3424/AK24. These aircraft are currently in long-term storage at the Aircraft Maintenance and Regeneration Group (AMARG) in Tucson, AZ. The BRA has requested that the aircraft be delivered in Brazil no earlier than first quarter of CY2021. It is requested that the following information be provided in the following sequence; • Aircraft Cockpit Upgrade Solution • Aircraft Airworthiness • Training (Pilots, Maintainers) • Technical Documentation • Contractor Logistics Support (Sustainment) Include facts, assumptions, and a Rough Order of Magnitude (ROM) for each element of the response. Aircraft Cockpit Upgrade Solution: The BRA has requested an upgraded cockpit on the C-23B+ Sherpa to include the following systems: 1. Power System - only for upgraded systems 2. Lighting System - Night Vision Capability or Compatibility 3. Inter-communication System (ICS) 4. Flight Management System a. Database Unit b. Electronic Charts c. Enhanced Maps Overlays Key System 5. Maintenance Diagnostic System a. Engine Trend Monitoring System b. Aircraft Data Acquisition System c. Aircraft Engine Sensors System d. Interface Turboshaft System 6. Automatic Flight Guidance (Autopilot) a. Air Data System b. Attitude Heading Reference 7. Clock 8. Automatic Direction Finder (ADF) 9. Distance Measuring Equipment (DME) 10. Electronic Flight Instrument System (EFIS) 11. Electronic Standby Indication System (ESIS) 12. Cockpit Voice Recorders/ Flight Data Recorders (CVR/FDR) 13. Integrated Avionics Processer System (IAPS) 14. Marker Beacon 15. Radio Altimeter 16. Communications Radios (VHF/HF) 17. Terrain Avoidance Warning System (TAWS/GPWS), 18. Traffic Alert and Collision Avoidance System (TCAS) 19. Civil Transponder 20. Weather Radar 21. Lightning Detection 22. Emergency Locator Transmitter (ELT) 23. File Server Option System All systems must be already certified by the FAA and every system to be upgraded must keep at least the same standard level of operational requirements the airplane currently possesses. Please present the data with the following: 1. National Stock Number (if applicable) 2. Part Number 3. Nomenclature 4. Manufacturer 5. Cage Code 6. Quantity Each 7. ROM. Aircraft Airworthiness: All four (4) C-23B+ Aircraft have been in long-term storage for the past three-four (3-4) years. All maintenance must be conducted to restore all four (4) aircraft to an airworthy condition. Note: assume the engines are at or very near their Time Before Overhaul (TBO). Include paint and application of BRA markings. The Contractor shall expect to move or fly the aircraft from AMARG to the Contractor facility under the Contractor's responsibility. The Contractor will be responsible to bringing the aircraft to an airworthy condition to provide pilot training (CONUS or OCONUS), ensure airplane meets Type Certificate Data Sheet requirements and upgrades with Supplemental Type Certificates (STCs). The Contractor will be responsible, after final check with the US Government, to fly the aircraft to Manaus, Brazil where they will be based for operation and maintenance. The Contractor must have or use an FAA Part 145 Repair Station with the appropriate certifications and ratings, and must possess a Quality Management System that is AS9100 compliant. The respondent must have technical experience with the C23B/B+ platform or SD3-60 commercial aircraft. Please present Contractor plan to regenerate aircraft, anticipated timeframe, and any pertinent information missed, assumptions, and a ROM. Training: Pilot and Maintenance Training in the United States. Minimum nine (9) pilots to a maximum of sixteen (16). All training to be conducted prior to aircraft delivery. All pilots must be Instrument Flight Rules (IFR) trained with four (4) trained as Instructor Pilots (IP) with NVG qualification. BRA will provide 16 logistics specialists to receive C23B+ Flight Engineer (FE) Course. The course must include weight and balance elements as well as receiving familiarization with the C23B+ platform. In addition, all pilots and maintainers must receive specific training in upgraded items. Please present a training plan, anticipated timeframe, any pertinent information missed, assumptions, and ROM. Technical Documentation: List any unique publications and ROM if applicable. Contractor Logistics Support: The Contractor will maintain all four (4) aircraft until final delivery in Manaus, Brazil. Request contractor to provide all tooling (common and special), spares, ground support equipment, tests for measurements and diagnosis equipment, repair and return, full CLS support to include 24x7 In-Country Support, updates of technical documentation in English, local level of spare parts and components of high mortality, Engineering Services, Management of Material Obsolescence. BRA requests 200 Flight Hours per month - about 67 hours per aircraft considering three (3) aircraft are full mission capable and one (1) aircraft non mission capable due to schedule or non-scheduled maintenance. BRA desires a 75% mission capable rate. All hours with a "non-readiness condition" including the time spent in schedule maintenance will be non-reportable time as per US Army Standards. Provide a Plan of Integrated Logistics Support for five (5) years post-delivery to include ROM. In addition, separately list in ROM a temporary maintenance site capable of performing C23B+ maintenance at Taubate (D Check). Mechanics will travel to Taubate estimated 20 days per year. Brazil will provide basic services and equipment common to aircraft maintenance operation to include hangar, office, storage, and back-shop capabilities. The Government anticipates utilizing the authority cited at FAR Part 6, Competition Requirements and FAR Part 12, Acquisition of Commercial Items to satisfy this requirement as a competitive procurement. If your firm believes it can satisfy this requirement, request you reply to this announcement with the rationale to allow your firm to be included in the anticipated procurement. All interested inquiries will be considered. All responses shall be submitted to the U.S. Army Fixed Wing Project Management Office, ATTN: SFAE-AV-FW, Building 5681 Wood Road, Redstone Arsenal, AL 35898. Electronic email responses will be accepted. Send electronic responses to the U.S. Army Contracting Command, ATTN: CCAM-ARB/Dominique Voltz, dominique.voltz.civ@mail.mil and Roosevelt Augustus, roosevelt.augustus.civ@mail.mil courtesy copied to Mr. Frederick Thompson: Frederick.l.thompson.civ@mail.mil; and Mr. Edward Mobley, edward.l.mobley.ctr@mail.mil. Your responses are required 4:00pm CST, 12 April 2018. This is Sources Sought Announcement is not a solicitation for requests for proposal. No reimbursement shall be made for any costs associated with providing information in response to this announcement or any follow up information requests. Nothing shall be construed herein or through this announcement to commit or obligate the Government or the responders to further action as a result of this research.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/dc88380990f5a7373692f8544a1567d8)
 
Place of Performance
Address: Building 5681 Wood Road, Huntville, Alabama, 35898, United States
Zip Code: 35898
 
Record
SN04852958-W 20180315/180313231624-dc88380990f5a7373692f8544a1567d8 (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 |
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.