Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 28, 2002 FBO #0269
SOLICITATION NOTICE

15 -- 15- Twin Engine Aircraft

Notice Date
8/26/2002
 
Notice Type
Solicitation Notice
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Administrative Support Center, 601 East 12th Street, Room 1756, Kansas City, MO, 64106
 
ZIP Code
64106
 
Solicitation Number
WC1330-02-RP-0029
 
Response Due
9/30/2002
 
Point of Contact
Joseph D'Felio, Lead Contract Specialist, Phone (816) 426-7267, Fax (816) 426-7532, - William Becker, Acquisitions Branch Chief, Phone (816) 426-6823, Fax (816) 426-7530,
 
E-Mail Address
joseph.d.dfelio, william.j.becker@noaa.gov
 
Description
The U.S. Department of Commerce (DOC) National Oceanic and Atmospheric Administration (NOAA) Central Administrative Support Center (CASC) intends to issue a commercial item solicitation for the procurement of a twin engine aircraft to support the mission of the Aircraft Operations Center located at MacDill Air Force Base, Florida. Specifications/Requirements: The aircraft should be available immediately upon contract award. The aircraft required for this contract shall be a twin engine, high wing unpressurized aircraft. The engines should be turbo prop PT6A-27 with zero time on each since major overhaul. All engine overhaul records, including Service Bulletins, Final Engine Test Results, and Warranties shall be available for inspection and transferred to the Government upon contract award. Each three-bladed turbine propeller should be HC-B3TN-3DV type with zero time since major overhaul. The aircraft shall have a current and valid U.S. Airworthiness Certificate showing certification by the Federal Aviation Administration (FAA). The aircraft shall be free of any significant damage history, and the maintenance history shall be available for inspection during the evaluation process. The aircraft maintenance history shall also be transferred to the Government upon contract award. The aircraft shall be modified or be capable of being modified for aerial photography and airborne observation missions. NOTE: Any life limited items will be rated appropriately during the evaluation process if not zero time. The aircraft required for this contract shall be capable of the following: A service ceiling of at least 20,000 feet International Standard Atmosphere (ISA). Normal maneuvering flight at airspeeds less than 100 knots true airspeed (TAS) at 500 feet mean sea level (MSL). Landing and taking off from unimproved runways. Seating and carry capacity for at least 10 persons excluding crew. Flight into known icing conditions. Flight into day and night Instrument Flight Rule (IFR) and Visual Flight Rule (VFR) conditions. Capable of carrying sufficient fuel for seven (7) hours of flight at maximum endurance altitude and airspeed without exceeding certified limits. Capable of modifications that allow an observer to see forward and down along the aircraft flight path. Capable of modifications that allow for toilet installation. The aircraft required shall have the following equipment: Equipment required for day and night, IFR and VFR flight in accordance with FAA regulations. Equipment required for flight into known icing conditions in accordance with FAA Regulations including deicing boots, electrically heated windshield and prop heat capability. Anti-collision lights and two or three-point strobe light system. Cockpit and cabin fire extinguishers. Environmental system for cockpit and cabin. Taxi light(s). Double air stair cabin door on port side. Airline interior to accommodate at least ten (10) persons, with FAA approved seat belts. FAA approved four-point shoulder harness with inertial reels for each front seat occupant. Shoulder straps and lap belts shall fasten with a single, quick release mechanism. First aid equipment as listed in FAA Regulations, Part 121, Appendix a. Dual flight controls. Aircraft offered without the following modifications, as well as modified aircraft, will be considered and evaluated as to technical quality and overall cost to the Government. Aircraft starter/generators to provide 250 amps each. A diluter/demand oxygen system with outlets and controls at pilot, co-pilot and at least two places in the cabin. The system must be able to support a crew of three for at least four (4) hours duration at aircraft service ceiling. It would be preferable that the aircraft be painted three colors in accordance with the color scheme of the Department of Commerce, provided that this is done at no additional cost in money or time. Extended range auxiliary fuel tanks. Modification (or capability of modification) of a 7.5-inch diameter downward looking port aft of the copilots seat in cabin. Modification (or capability of modification) of a 19-21 inch diameter downward looking port in center of cabin flooring that penetrates aircraft skin. Modification (or capability of modification) of cabin power availability to provide both AC and DC power. The following radio/electronics equipment is the preferred configuration for the requested aircraft to accomplish airborne observation missions. All equipment must conform to FAA Regulation, Part 37, Technical Standards Order (TSO) and FCC Type Acceptance where applicable. An FCC station license will be provided. Preferred avionics is a Collins Proline package. Aircraft offered with any combination of avionics equipment will be considered and evaluated as to technical quality and overall cost to the Government. Emergency Locator Transmitter with cockpit activation and arm capability. Two (2) 720-channel VHF transceivers with 8.33 frequency spacing. One (1) HF transceiver single side band (SSB). Two (2) 200-channel VHF navigation receivers. Two (2) 40-channel UHF glide slope receivers. Two (2) horizontal situation indicators (HSI) and Collins flight director 112 on the pilot side. Two (2) radio magnetic indicators (RMI). One (1) altitude alerter system with on/off capability. One (1) radar altimeter capable of being linked to a data acquisition system in the cabin. Two (2) transponder systems, selectable with single control head with Mode C capability. Autopilot system with couplers for full approach capability, also capable of supporting metric aerial photography. Prefer an APC 65 autopilot. Pilot flight director system capable of autopilot coupling. Pilot and co-pilot station heading bug control of autopilot. Distance measuring equipment (DME) with ground speed and time to station. One (1) automatic direction finder (ADF) displayed on RMI?s. Flux gate compass system for pilot (slaved compass system). Electrically driven attitude indicator and directional gyro on co-pilot?s side. Digital color weather radar system with the following components: color monitor IN2026A, radar system TR131A, and antenna W/OA-144A. Static wick discharge system. Two (2) marker beacon systems (three lights) displayed on pilot and copilot. Pilot and co-pilot audio control system. Pilot and co-pilot control wheel push-to-talk/Internal Communication System (ICS). Two (2) PC-250 inverters to provide 115 VAC, minimum 2.17 amps beyond that required for avionics. Three cabin project inverters to provide power (3kVA of 115 VAC, 60 Hz and 70 A of 28 VDC) for scientific instrumentation. Internal Communication System (ICS) with pilot, copilot and a minimum of six (6) two-way stations in the cabin. Navigation interface system to provide output from GPS to scientific computer(s). Two (2) IFR certified GPS units. Skywatch/TCAS II collision avoidance system. NOTE: Installation Standards?Installation work shall comply with the latest issues of FAA Regulations Part 43, and the latest Advisory Circulars. At the time of inspection, the contractor shall provide evidence that all radio/electronics equipment on the aircraft has been inspected and serviced, as required, within the preceding sixty (60) days, and that all workmanship, equipment and materials relating to such facilities meet the installation standards of this contract. In addition to the above mentioned avionics equipment, special consideration will be given to aircraft with SatCom capabilities, multi-com radios (with UHF, VHF with 8.33 spacing and marine band) and multi-function displays (combine navigation displays, weather radar, moving chart, etc.) Aircraft Modifications: All contractor supplied modifications shall be accompanied by an approved FAA Form 337 or supplemental type certificate along with supporting aeronautical documentation, as well as engineering drawings and schematics. The following list provides information on modifications the Government anticipates it will need to complete in order for the aircraft to be used for airborne observations and aerial photography/remote sensing. Aircraft offered with no modifications, as well as modified aircraft, will be considered and evaluated as to technical quality and overall cost to the Government. The aircraft will be modified to accommodate an 18-21 inch floor mounted camera/observation port capable of 9-inch format aerial photography. This installation shall have an exterior mounted protective hatch in accordance with FAA approved design and installation standards. A vacuum source will be required as well. Extended range tank(s) if required to meet the 7-hour endurance requirement. Observation windows as specified. Aft and forward workstations, aft computer/video rack. Downward looking 7.5-inch port aft of copilot seat. Downward looking camera port in the nose. Upward looking port in the cabin. Inverters as specified. ICS as specified. Cabin power availability as specified. Navigation interface from GPS units and radar altimeter to scientific computer workstation as specified. Aircraft Documentation: All service bulletins, service letters, airworthiness directives, service instructions, including major landing gear inspections, wing bolt attachment inspections, letter checks, all calendar time item and special inspections shall be complied with and completed on the aircraft by the contractor prior to delivery to the Government. Documentation of the above must be made available to the Government. Complete engine, propeller, and airframe logbooks, or certified copies, must be made available to the Government prior to contract award. All logbook entries must be documented and verifiable. A copy of the current weight and balance information must be submitted with the vendor proposal. Copies of approved FAA Form 337 and corresponding engineering drawings and schematics for all non-factory modifications must be made available to the Government. The Government encourages vendors to submit photographs of the interior and exterior of the aircraft. NOTE: The aircraft must be available for Government inspection and test flight prior to contract award.
 
Record
SN00149857-W 20020828/020826213211 (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.