Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 13, 2002 FBO #0223
MODIFICATION

16 -- Noise Reduction System for C-9B Aircraft

Notice Date
7/11/2002
 
Notice Type
Modification
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-02-R-3153
 
Response Due
5/10/2002
 
Point of Contact
Scott Vitarelli, Contract Specialist, Phone 301-757-8963, Fax null,
 
E-Mail Address
vitarellisd@navair.navy.mil
 
Description
The Naval Air Systems Command, Patuxent River, MD announces its intent to contract for a Noise Reduction System for the C-9B (DC-9-32F) Aircraft. This effort will require a Federal Aviation Administration Supplemental Type Certificate for Navy C-9B Aircraft that meets or exceeds the Stage III Noise Levels as specified in the Federal Aviation Regulations, Chapter 1, Part36.5(a)3, appendix C. This is a non-developmental effort; the Government is seeking a Noise Reduction System with proven performance in the commercial fleet. In addition, the modification must meet the following requirements: 1. The current approved Aircraft Maximum Takeoff Weight of 110,000 pounds must be maintained. 2. The current approved Aircraft Maximum Landing Weight of 102,000 pounds with 40 degree Approach Flaps must be maintained. 3. The rated engine thrust of a Stage II Configured Pratt & Whitney JT8D-9A engines, as currently used on the C-9B Aircraft, must not be adversely affected. 4. Thrust Specific Fuel Consumption of the currently installed Pratt & Whitney JT8D-9A engines must not be adversely affected. 5. Reliability and maintainability of Navy C-9B Aircraft and JT8D-9A Engines, as currently configured, must not be adversely affected. 6. Any increase in Aircraft Empty Weight must not exceed 350 pounds. 7. The system must be supportable by 2-level maintenance concept, O to D. 8. The system should require no new or critical logistics support resource requirements. 9. Must not require any additional transportability requirements. The Government intends to award either one or two firm fixed price contracts for two of the major tasks required to complete this modification: 1. Acquisition of the STC Data and airframe parts required; and, 2. Installation/integration of the airframe parts and JT8D-9A Engines, following modification o fthose engines to a Stage III configuration. All work is to be accomplished in accordance with the FAA STC, the Navy Approved Aircraft Maintenance Manual, and the Pratt & Whitney Approved Maintenance Manual for the JT8D-9A Engine. Prospective offerors may submit proposals for one, or both, of these tasks. The offeror who provides the best overall value to the Government will be awarded a contract for that task. If one offeror provides the best value for performing both tasks, one contract will be awarded to that offeror. This procurement will be conducted using the principles outlined in Federal Acquisition Regulation (FAR) Part 12 ACQUISITION OF COMMERCIAL ITEMS. All responsible sources may submit a proposal, which shall be considered by the agency. The Navy intends to release the Request for Proposals, including any subsequent amendments, only over the Internet. The solicitation will reside on the NAVAIR Home Page located on the World Wide Web (WWW). The WWW server may be accessed using client browsers such as NETSCAPE and INTERNET EXPLORER. The WWW address, or URL, for the NAVAIR Home Page is: http://www.navair.navy.mil. It is anticipated that the request for proposals will be available approximately 09 April 2002. Phone and fax requests for a copy of the solicitation will not be accepted. All prospective offerors are strongly encouraged to use the Internet to send any questions, comments or suggestions in reference to this action to Scott Vitarelli via email at vitarellisd@navair.navy.mil. When submitting email please include the following information: 1. Company Name 2. Company Address 3. Email address 4. Point Of Contact, phone number and fax number. The Government will be hosting a Pre Proposal Conference for the C-9B noise reduction system acquisition under Solicitation N00019-02-R-3153. This conference will be held on Thursday July 24th, 2002 in or around the Patuxent River Naval Air Station in Lexington Park, Maryland. The exact address of the facility where the conference will be held will be announced at a later date, prior to the conference. During this conference the Government will review the contents of the solicitation with the attendees and provide answers to questions regarding this acquisition, where allowable and appropriate. Any information provided to attendees, which is not already contained in the solicitation, will subsequently be made public to all parties. Parties planning on attending the conference are requested to notify this office no later than July 22nd, 2002 with the exact number of persons attending. Specific questions regarding the solicitation should be submitted to this office no later than July 22nd, 2002, in order for them to be addressed at the conference.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/USN/NAVAIR/NAVAIRHQ/N00019-02-R-3153/listing.html)
 
Place of Performance
Address: TBD
Zip Code: TBD
Country: TBD
 
Record
SN00114966-F 20020713/020711215905 (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  © 1994-2020, Loren Data Corp.