Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 07, 2003 FBO #0555
SOLICITATION NOTICE

99 -- Multi-Engine Jet Aircraft=20

Notice Date
6/5/2003
 
Notice Type
Solicitation Notice
 
Contracting Office
FEDERAL AVIATION ADMINISTRATION, ACX-51 W.J. Hughes Tech Center (AC= T)
 
ZIP Code
00000
 
Solicitation Number
DTFACT-03-R-00021
 
Response Due
6/10/2003
 
Archive Date
7/10/2003
 
Point of Contact
Kevin Dillon, 609.485.6911
 
E-Mail Address
Email your questions to kevin.dillon@faa.gov
(kevin.dillon@faa.gov)
 
Description
In accordance with the FAA AMS Paragraph 3.2.1.3.12, the purpose of t= his announcement is to inform industry that the FAA William J. Hughes Techn= ical Center intends to issue a firm fixed price contract for the purchase a= new or used Multi-Engine Jet Aircraft to support FAA airborne Research and= Development. The not-to-exceed ceiling price for this requirement is $14.= 9 million dollars. Minimum Specification: The following are the Minimum Requirements established for consideration as= a eligible aircraft for this procurement. These requirements are Inclusiv= e; all must be met for further consideration. The final selection will be = made based on selection criteria in the Screening Information Request (SIR)= , and upon physical inspection of the aircraft and aircraft documents of hi= ghly ranked candidates. A.=09The aircraft=E2=80=99s certification basis must be compliant with Code= of Federal Regulations Title 14, Part 25. B.=09The aircraft must hold a valid and current US Airworthiness Certificat= e. C.=09The aircraft must be a multi-engine, turbofan jet. D.=09The aircraft must be equipped with a Electronic Flight Instrumentation= System E.=09The aircraft must have Fully Digital Navigation, including: Dual Flig= ht Management Systems, Dual Digital Air Data Computers, and Digital (Autop= ilot) Flight Guidance System. F.=09The Flight Management System must be capable of accepting the followin= g navigation signals: GPS, VOR, DME, IRS and/or INS, MLS G.=09The aircraft must, in addition to the above, be equipped with at least= the following avionics equipment: a.=09(2) VHF communication radios b.=09(2) VOR/DME/ILS navigation radios c.=09(1) ADF system d.=09(1) HF communication radio e.=09Voice Data Recorder f.=09Flight Data Recorder g.=09TCAS II h.=09GPWS H.=09The aircraft must be compliant with Code of Federal Regulations, Title= 14, Part 36, Stage 3 Noise Levels, and the International Civil Aviation Or= ganization=E2=80=99s, Annex 16, Volume I, Noise Standards without the use o= f =E2=80=9Chush kits=E2=80=9D. I.=09 The aircraft must be compliant with Code of Federal Regulations, Titl= e 14, Part 91.706, =E2=80=9COperations within airspace designated as Reduce= d Vertical Separation Minimum Airspace=E2=80=9D, and Part 91 Appendix G, se= ction 91.2, =E2=80=9CAircraft Approval=E2=80=9D. J.=09The aircraft must come equipped with, or, there must exist a current S= upplemental Type Certificate, for the aircraft proposed, for a GPS navigati= on system. K.=09The aircraft must come equipped with an functioning Auxiliary Power Un= it L.=09The aircraft interior must be fully furnished with sound deadening, he= adliner, sidewalls, seat tracks, heating and air conditioning distribution = system, passenger service units (oxygen, lighting and air outlet), and at l= east one enclosed, flushing, externally serviced lavatory, as well as seati= ng for at least 8 passengers. The interior must be a good condition with no= obvious damage. M.=09The aircraft must have a maximum certificated ceiling of at least 41,0= 00 feet. N.=09The aircraft must have an IFR range (no wind, ISA), with a payload of = 3,200 pounds, of no less than 3000 nautical miles, with NBAA IFR fuel reser= ve criteria with 200 NM alternate.=20 O.=09The aircraft must have a cabin length, from aft cockpit bulkhead to af= t cabin bulkhead, of no less than 25 feet and a cabin height, from floor to= ceiling, of no less than 6 feet. P.=09The aircraft must come equipped with, or, there must exist, a current = Supplemental Type Certificate, for the aircraft proposed, for a self-contai= ned method for boarding/deplaning passengers. Q.=09The aircraft must be current on all applicable required corrosion insp= ection, intervention or control programs, all aging aircraft inspections an= d repairs as specified in the manufacturers maintenance planning documents = (MPD) or manufacturer=E2=80=99s approved maintenance schedules and/or all r= equired maintenance actions as detailed in FAA AD=E2=80=99s. R.=09The aircraft records must include a listing and suitable documentation= for all major modifications and/or alterations accomplished on the aircraf= t. S.=09Maximum take off gross weight of the aircraft cannot be greater than 2= 75,000 lbs.. Inspections: Offerors must permit FAA personnel and its contractors access to the aircra= ft for physical inspections, as well as, access to all aircraft records and= documents. Documentation: The successful offeror must provide an approved Airplane Flight Manual, Log= Books and all other aircraft records to the FAA William J. Hughes Technica= l Center, upon delivery of the aircraft. Delivery: The successful offeror will deliver the aircraft to the FAA William J. Hugh= es Technical Center, in Atlantic City, NJ and provide any assistance requir= ed to transfer ownership to the FAA. Certification The offerors will, as part of its proposal, certify for each aircraft offer= ed that the aircraft: a.=09Has an accident free history with full ownership history=20 b.=09Is availability for sale with a free and clear title=20 c.=09Has no litigation pending that may impede the transfer=20 d.=09Has been offered for sale by the legal owner or legally authorized age= nt=20 e.=09Has never carried live animals, except domestic pets. Has a complete maintenance record. =20 Award of this requirement will result in a Firm Fixed Price Contract based = on Best Value Criteria. The solicitation will be posted on this website on= or about June 10,2003. This is a competitive solicitation. =20 This is not a request for sources. =20
 
Web Link
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
 
Record
SN00340703-W 20030607/030605213312 (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.