|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1996 PSA#1514ASC/LAAV, Wright-Patterson AFB, OH 45433-7233 15 -- TWO COMMERCIALLY CURRENT PRODUCTION AIRCRAFT TO REPLACE TWO
C-21A AI RCRAFT POC Jeffrey H. Mellot, Contracting Officer, (513)
255-9174/Lt. Hobart R. Alford, C-21 Program Manager, (513) 255-7300.
The Air Force intends to acquire two new commercially available,
current production business type jet aircraft (with an option for two
additional) to replace two existing C-21A (Lear 35) aircraft in the
National Guard Bureau's (NGB) inventory. In addition, the NGB intends
to trade in two existing C-21A aircraft to partially offset the price
of the replacement jet aircraft. This procurement will only be for NGB
aircraft. The Operational Requirements Document (ORD) for the C-21A
replacement program cites the need for an aircraft to replace the C-21A
based on the following requirements: a) accommodations for 8
passengers, 2 crew members and associated baggage, b) capability to
transport 4 passengers, 2 crew members, and baggage nonstop from
Andrews AFB, MD to San Francisco, CA with 85% worst case winds and AFR
60-16 Military Instrument Flight Rules (IFR) fuel reserves, c) be
certified to 41,000 ft as a requirement (objective 43,000 ft), d) be
FAA certified at time of proposal in accordance with 14 CFR Part 25, to
include Stage 3 noise certification under 14 CFR Part 36, e) contain
current generation avionics with Electronic Flight Information System
(EFIS), fully integrated Flight Management System (FMS)/ Inertial
Navigation System (INS), differential GPS (P/Y code compatible for
nonprecision approach and growth capability for precision approach),
ILS, TACAN navigation (integrated desired), f) the cabin must allow for
work and rest area providing standard 110v, 60 hz electrical outlets,
g) contain an entry detection system, h) contain an externally
serviceable lavatory, i) be capable of single point refueling, j)
communication/navigation system must include Identify Friend or Foe
(IFF/SIF) transponder with mode S, VHF, UHF/AM, HF (with SELCAL) and
provide inflight telephone communications, k) be able to carry two
litters, and also be able to accept two critical care units with
appropriate power connectors, l) Flight deck that meets FAR Part 25 and
91/121 overwater operations requirements, m) be capable of ILS Cat II
landings, and n) incorporate the highest level of traffic collision
avoidance system (TCAS) with growth capability. The Air National Guard
(ANG) will perform on-equipment/on-aircraft scheduled, and unscheduled
maintenance. The contractor will perform off-equipment and off-aircraft
work and any other work beyond unit capability. A Contractor Operated
and Maintained Base Supply (COMBS) will be established at Andrews AFB
to provide spares support. There will be no increase in blue suit
personnel or change in skill codes resulting from the introduction of
the new aircraft. Interested bidders may have access to the Operational
Requirements Document (ORD) for their use via the PIXIS electronic
bulletin board. Additional details on items contained in this
announcement may be obtained by notifying one of the points of contact.
An Ombudsman has been established for this acquisition. The only
purpose of the Ombudsman is to receive and communicate serious concerns
from potential offers when an offeror prefers not to use established
channels to communicate his/her concern during the proposal development
phase of this acquisition. Potential offerors should use established
channels to request information, pose questions, and voice concerns
before resorting to the use of the Ombudsman. Potential offers are
invited to contact ASC's Ombudsman Col Robert C. Helt, Director,
Program Management, ASC/CY, Bldg 2041, 2511 L Street, Wright-Patterson
AFB, OH 45433-7503, at (513)255-1427, with serious concerns only.
Direct all requests for solicitations and routine communication
concerning this acquisition to Mr. Jeffrey H. Mellott, Contracting
Officer, ASC/LAAV, Bldg 16, 2275 D Street, Suite 16, Wright Patterson
AFB OH 45433-7233, (513)255-9174. Contractor capability response should
be submitted to ASC/LAAV no later than 15 working days from the date of
this CBD notice. (0018) Loren Data Corp. http://www.ld.com (SYN# 0115 19960119\15-0001.SOL)
15 - Aircraft and Airframe Structural Components Index Page
|
|