Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JULY 15, 2002 FBO #0225
SOLICITATION NOTICE

15 -- Aircraft Exchange/Sale

Notice Date
7/13/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
 
ZIP Code
20537
 
Solicitation Number
02-AA-0004
 
Response Due
7/30/2002
 
Archive Date
8/14/2002
 
Point of Contact
Jason Eickenhorst, Contracting Officer, Phone 202-353-9505, Fax 202-307-4877, - Herbert Sterling, Contract Specialist, Phone 202-307-7812, Fax 202-307-4877,
 
E-Mail Address
jeickenhorst@dialup.usdoj.gov, hsterling@dialup.usdoj.gov
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format at Federal Acquisition Regulation (FAR) Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; quotes are being requested and a written solicitation will not be issued. The solicitation number is 02-AA-0004 and is being issued as a Request for Quotations (RFQ). The provisions and clauses applicable to this solicitation are those in effect through Federal Acquisition Circular 01-08. This is a full and open competition; there will be no set-aside requirements. The applicable NAICS code is 441229 (Aircraft Dealers). Delivery and acceptance will take place at the offeror's facility. The provision at FAR 52.212-1, Instructions to Offerors - Commercial Items, applies to this acquisition. Offers will be evaluated based primarily on price, but other factors that may be evaluated include technical capability, past performance, and delivery and warranty terms. The clause at FAR 52.212-4, Contract Terms and Conditions - Commercial Items, applies to this acquisition. The clause at FAR 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Orders - Commercial Items, applies to this acquisition. Offers are due July 30, 2002, at 3:00 Eastern Time, at the following address: Drug Enforcement Administration, Office of Acquisition Management, Attn: Jason N. Eickenhorst, Washington, DC, 20537. Offers may also be faxed to (202) 307-4877, if they do not exceed 10 pages. For information regarding this solicitation, please contact Jason N. Eickenhorst, Contracting Officer, at (202) 353-9505. Pursuant to the authority designated in FAR Subpart 13.5 - Test Program for Certain Commercial Items, the balance of this trade-in/purchase agreement is not expected to exceed $5,000,000 and will be conducted using simplified acquisition procedures in order to maximize efficiency and economy and minimize burden and administrative costs for both the Government and industry. REQUIREMENT: The Drug Enforcement Administration (DEA) has a requirement for the sale/exchange of new or used (6 years and less than 500 hours) commercially available, twin-engine turboprop passenger/cargo aircraft as an inter- and intra-country support aircraft in foreign areas. The aircraft will operate primarily as a cargo/passenger transport aircraft to support operations domestically and in South and Central America. The aircraft will be located in the U.S.A, and will serve to distribute cargo/passengers from central points or hubs to operational areas. The aircraft will also serve to transport cargo/passengers from the United States to central points or hubs throughout Central and South America. The aircraft will he called upon from time to time to transport cargo/passengers to European theaters of operation. Typical flights will range from a medium range of 400 to 800 nautical miles to a maximum range requirement of 1,500 nautical miles. Cargo payload must accommodate up to minimum of 2,000 lbs., while passenger capacity shall accommodate a minimum of 8 passengers. Cargo items will vary to include basic material needs, technical equipment for operations and aircraft parts. Passenger flights will consist mainly of the transportation of Special Agents and Special Agent/Pilots to locations from the United States to Central and South America. Passenger flights will also transport official government delegates. The aircraft program will be accomplished under the guidelines of Federal Aviation Administration (FAA) certification, and a supplemental type certificate (STC) shall be issued. DEFINITIONS/ACRONYMS: KTAS - Knots True Air Speed; EIS - Electronic Flight Instrumentation System; VORNAV - VHF Omni-directional Range Navigation; ADF - Automatic Direction Finder; DME - Distance Measuring Equipment; VOR - VUF Omni-directional Range; TCS - Touch Control Steering; SYNC - Synchronize; GPS - Global Positioning System. COMPLIANCE WITH FEDERAL AVIATION REGULATIONS - The requirements of Federal Aviation Regulation Parts 21, 23, 25, 33, 36, and 43 shall be applicable to the modified aircraft in order to obtain FAA certification. ARTNC Characteristics 561, Code of Federal Regulations 40, and FAA Advisory Circular 90-45A are also applicable. The aircraft shall he certified with an FAA supplemental type certificate (STC). The STC shall cover all unique aspects of the herein described modification/integration and shall be supplemental to the basic Federal Aviation Regulation Part 23, or Part 25, certification of the standard aircraft. The Standard Airworthiness Certificate and STC shall be the requirements for this aircraft. SPECIFIC REQUIREMENTS - The aircraft shall: Have passenger seats that are easily removed/installed to facilitate the configuration requirements of each mission; have an Environmental Control System (ECS) that is capable of maintaining cabin pressurization at an 8,000 foot operating service ceiling; be painted in accordance with best commercial practices utilizing a polyurethane base paint (e.g.. alumigrip); and be equipped with a Stormscope. Classification Of Tests - Items covered by this specification shall be subjected to the following tests to determine compliance with all applicable requirements: DEA aircraft acceptance test; environmental tests; and FAA flight certification. SPECIALIZED REQUIREMENTS - Aircraft Flight Performance Requirements - The following performance requirements are mandatory: Range - 1,500 nautical miles with 60 minute fuel reserve; Speed - Cruise speed 240 KTAS as a minimum at altitude; Service Ceiling - 25,000 feet minimum based on optimum aircraft performance, and 17,500 feet minimum with single engine; Take Off - International Standard Atmosphere (ISA) day + l5?C (85?F) to ISA +. 20?C (95?F); High altitude airports - 8,000 to 14,000 feet, at gross weight with no wind condition; accelerate-stop distance 4,000 feet; Crew - two crew members (pilot/co-pilot); Equipment - survival gear, baggage and law enforcement equipment totaling 300 lbs.; Payload - Minimum of 8 passengers; maximum of 2,000 lbs. payload capacity; maximum Gross Take Off Weight - includes aircraft basic empty weight, payload, crew and maximum fuel/oil/hydraulic fluids; Maintain Minimum Enroute Altitude (MEA) of 10,000 feet with single engine; Operate on unimproved landing strips; Maintain cabin altitude of 11,000 Feet at a cruising altitude of 31,000 feet; Service Life - Minimum of 15,000 operating hours. Instrumentation Package - The Instrumentation Package shall have: 5 tube EFTS, Collins 85; Davtron 811B-24 clock at Pilot and Copilot positions; Backup airspeed and altitude indicators shall operate independent of the primary electrical systems; Backup attitude reference indicator; Pilot checklist with EFIS display. Communication/Navigation Equipment - The communication/navigation equipment shall he the standard Collins Pro-Line II or equivalent equipment, to include: Dual VORNAV; Dual ADF; Radio Altimeter; Encoding Altimeter; Dual Compass; Dual DME with Hold Functions; Dual Marker Beacons; Dual RMI - Both VOR and ADF; Dual Transponder with Mode C and S; Air Data Computer; ELT (Emergency Locator Transmitter); TCAS (Threat Collision Avoidance System); Wulfsburg GNSX - LS GPS (will be provided as Government Furnished Equipment). Intercommunications Systems (ICS) - The Intercommunication System shall permit two-way communication between pilot, and co-pilot. The pilot and co-pilot shall have both transmit and receive capability on all RF communication systems. A rotating selector clearly marked with ICS, VHF 1, VHF 2. HF and FM shall be provided for audio selection. The pilot and co-pilot shall have individual speakers. The cabin area shall have a sufficient number of speakers so that each passenger can hear all announcements. Auto Pilot System - The aircraft shall have a 3-axis autopilot system with the following modes of operation: Heading, navigation, approach, backcourse, altitude hold, altitude select, indicated airspeed hold, vertical airspeed hold, vertical trim, soft ride, yaw damper. command roll. ? turn, go around, and test; Navigation mode to couple with VOR/DME, and GPS; TCS, SYNC, and disconnect available to both pilot and co-pilot; Flight Director - Pilot and Co-pilot. CARGO EQUIPMENT - The preferred aircraft would be equipped with, at minimum, one cargo door. The cargo door of preference shall be at least 4 feet, 6 inches in width by 3 feet, 6 inches in height. The aircraft shall have internal tie down rings and cargo nets to secure the payload, whether containerized or palletized. A restraining net shall be provided in order to prevent the cargo from shifting during flight operations. The aircraft that will be provided as trade-in are: (1) 1981 Gulfstream 695A, Serial No. 96007; (2) 1985 Gulfstream 695B, Serial No. 96204; and (3) Fairchild Merlin IVc, Serial No. AT-695B. These aircraft may be inspected by interested offerors by contacting Bob Johannesen, Assistant Special Agent in Charge, at (817) 837-2004, or Ben Dixson, Quality Assurance Specialist, at (817) 837-2058. A list of specifics on each aircraft's maintenance history may also be obtained by contacting one of the aforementioned persons. Offerors must submit the following information to be considered: total price for the proposed replacement aircraft, trade-in value of each current DEA aircraft, net price for the replacement aircraft less trade-in, any proposed discount payment terms, and warranty terms.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/DEA/OAM/02-AA-0004/listing.html)
 
Place of Performance
Address: 2300 Horizon Drive Fort Worth, Texas
Zip Code: 76177
Country: USA
 
Record
SN00116253-F 20020715/020713215516 (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.