Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 20, 2004 FBO #0937
SOLICITATION NOTICE

15 -- Aerial Surveillance Platform (Revised) in support of the Coalition Provisional Authority - Iraq

Notice Date
6/18/2004
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
US Army Aviation and Missile Command (Aviation), ATTN: AMSAM-AC, Building 5303, Martin Road, Redstone Arsenal, AL 35898-5280
 
ZIP Code
35898-5280
 
Solicitation Number
W58RGZ04R0713
 
Response Due
7/2/2004
 
Archive Date
8/31/2004
 
Point of Contact
Carole Hubbard, (256)876-3390
 
E-Mail Address
Email your questions to US Army Aviation and Missile Command (Aviation)
(carole.hubbard@redstone.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with format in Subpart 12.6, as supplemented with additional information included in this notice. Announcement constitutes only solicitation; proposals are being req uested and a written solicitation will not be issued. Combined synopsis/solicitation is issued as an RFP under solicitation number W58RGZ-04-R-0713. Solicitation document and incorporated provisions and clauses are those in effect through Federal Acquisiti on Circular (FAC) 2001-22. This is a full and open competition. Appropriate NAICS code is 336411, with a size standard of 1500 employees. Resultant contract will be a firm-fixed-price contract. Government reserves right to award without discussions. CLIN s tructure for this RFP is as follows: CLIN 0001, eight (8) each Manned Aerial Surveillance Platforms; CLIN 0002, sixteen (16) each Pilot Training Packages; CLIN 0003, ten (10) each Maintenance Mechanic Training Packages; CLIN 0004, one (1) year Logistics Su pport Package; CLIN 0005, OPTION I for up to eight (8) additional Manned Aerial Surveillance Platforms; CLIN 0006, OPTION II for up to sixteen (16) additional Pilot Training Packages; CLIN 0007, OPTION III for up to ten (10) additional Maintenance Mechanic Training Packages; CLIN 0008, OPTION IV for one (1) additional year Logistics Support Package. Proposal should list a unit price for each item (e.g. CLIN 0001, 8 each x $$$ = Total $$$). Proposals shall be submitted in US dollars. Cost data shall be submi tted separate from technical proposal. As part of Technical proposal offeror shall address airworthiness for all planned modifications that are not covered by aircraft Type Certificate (TC). Write up shall address structural design and analysis changes, we ight and balance information; electrical loads analysis, airworthiness maintenance requirements and Aerodynamic drag preliminary predictions. REQUIREMENT DESCRIPTION: 1.0 PURPOSE: To acquire a cost effective and versatile manned platform to provide aerial surveillance of infrastructure elements which will allow for timely reporting of potential threats, tampering, and malfunctions of essential infrastructure elements in divergent areas throughout Iraq. Aircraft with an agile and stealthy profile is desired to allow its aircrew to identify potential threats and avoid ground fire and or threats to low flying aircraft. Aircraft must also have a communications suite that will allow reporting to proper authorities. 1.1 Background: Candidate aircraft must be new a t time of purchase and be able to maintain day and night aerial surveillance of point and linear targets (e.g. convoys, military supply routes (MSRs), electrical, communications and oil infrastructure), with ability to: (1) Immediately report observations using both line-of-sight (LOS) and beyond-line-of sight (BLOS) voice communications, (2) Provide a capability to visually inspect and immediately report on disruption of or threats to national infrastructure nodes and lines of operation, (3) Assist in rapi d repair of key infrastructure by timely notification of proper authorities in event of damage or disruption, (4) Provide timely information on nature of threat as well as ground and tactical situation to Security Forces tasked in response to an incident, (5) Monitor and report on status of National borders and coastlines. 2.0 APPLICABLE DOCUMENTS: Federal Aviation Regulations (FAA FAR) Part 21 Certification Procedures for Products and Parts; FAA FAR Part 23 Airworthiness Standards: Normal, Utility, Acrobat ic and Commuter Category Airplanes; FAA FAR Part 43 Maintenance, Preventative Maintenance, Rebuilding and Alterations; FAA FAR Part 61 Certification: Pilots, Flight Instructors and Ground Instructors; FAA FAR Part 65 Certification: Airmen or than Flight Cr ewmembers; FAA FAR Part 91 General Operating and Flight Rules; FAA FAR Part 121 Operating Requirements: Domestic, Flag and Supplemental Operations; FAA FAR Part 145 FAA Certificate Repair Stations; FAA Adv Cir 91-67 Minimum Equipment Requirements for General Aviation under FAA FAR Part 91-67. 3.0 REQUIREMENTS: For purpose of this contract, SYSTEM shall mean aircraft and aircraft components such as engine, propell er, avionics, and landing gear, sensors and sensor operating/recording system. Items and equipment supplied with aircraft such as manuals, drawings, engineering data, spare/repair parts, and rotable parts recommended by Original Equipment Manufacturer (OEM ) delivered under this contract are considered part of system for purpose of planning support requirements. 3.0.1. AIRCRAFT CHARACTERISTICS: Contractor shall deliver a manned Fixed Wing aerial surveillance aircraft platform and surveillance system which ha s reliability and maintainability characteristics that support a system operations tempo (OPTEMPO) of 8 hours per day, 7 days per week, 365 days per year, with an aircraft availability rate of ninety percent (90%) Mission Capable (MC) for completion of two (2) 4-hour missions per aircraft per day under Visual Meteorological Conditions (VMC). System must be capable of sustainment at an eighty percent (80%) Fully Mission Capable (FMC) rate for completion of a 4-hour mission under Instrument Meteorological Con ditions (IMC), in environmental conditions expected in Iraqi Theater of Operations. System must be certified to a minimum equivalent FAA FAR Part 23 standard and possess following characteristics: (1) Supportable throughout systems projected life, (2) Capa ble of sustaining mission operations availability rates of ninety percent (90%) MC for Visual Flight Rule s (VFR) operations and eighty percent (80%) FMC for Instrument Flight Rules (IFR) operations. System must be capable of sustainment with minimum maint enance and ground footprint and (3) be painted light grey in color. Desired characteristics: (1) Allow for new technology insertion and (2) low life cycle support (LCS) costs. 3.0.2. MISSION PROFILE: aircraft shall be capable of safe patrol speeds between 60 and 80 knots (patrol speed should be 10 knots greater than Vs), in a low-fatigue airframe capable of loitering four (4) hours while maintaining a 45-minute fuel reserve. It shall be approved for operation in day/night (Night VMC), and be certified for o perations in (IMC) (not in icing conditions). It shall be capable of operations within a minimum radius of two hundred (200) nautical miles. Desire a low visual, audio and thermal signature. Operation will be with a minimum two man crew (pilot and observer ) and shall have at least 0.2 cubic meters of storage capability. Aircraft shall have dual sets of flight controls, be capable of operation from soft fields and remote sites, and shall require only commercial fuels (MOGAS 80-91 octane or AVGAS). An Environ mental Control Unit will be considered a desired characteristic. 3.0.3. SENSOR/COMMUNICATIONS SUITE: (1) sensor suite shall consist of infrared (IR) sensor (Uncooled IR is a desired characteristic) with minimum vibration and unobstructed field of view, cap able of detecting a man-sized target at 3km range from 2,000ft+ AGL in clear wear with 88% atmospheric transmission. (2) sensor suite shall be capable of viewing in real-time, off-boresight to a minimum of plus or minus 10 degrees laterally, as well as to digitally record sensor information, with automated time and position data, for post-flight analysis and action. Output shall comprise digital imagery as well as supporting text reports with Geographic Information System (GIS) compatibility. (GIS is an inf ormation system that is designed to work with data referenced by spatial or geographic coordinates. In other words, a GIS is both a database system with specific capabilities for spatially-referenced data, as well as a set of operations for working [analys is] with data.) (Star and Estes, 1990). It is desired that sensor system be a Stabilized Gimbal Assembly with an IR camera and a Charged Coupled Device color ca mera on Gimbal Assembly. It is also desired that system have a geo referencing GPS system, with ability to record and download video on board, as well as display video to sensor operator. Cameras are desired to have auto and manual focus capability. (3) Se nsor must have an approved export license when required. 3.0.4. COMMUNICATIONS suite shall consist of internal crew intercom and ability to communicate with Air Traffic Control (ATC) facilities and operational agencies, both LOS and BLOS via voice on: (a) Civil/ Military VHF Voice 130-173.9975 KHz, (b) Military UHF Voice 225 - 400 KHz, (c) Civil UHF Voice 430 - 470 KHz (Iraqi Police operate in 450-470 KHz range), (d) Civil HF with Automatic Link Establishment (ALE Capability) 2.0 - 30 KHz. 3.0.5. NAVIGATION : aircraft navigation system, in addition to standard IFR navigation system, shall include civil-code Global Positioning System (GPS) equipment for reporting and navigation. Aircraft shall be equipped with a transponder with Mode C encoder. 3.1. LOGISTICS: Contractor shall design an Integrated Logistics Support program to include: (1) A technical maintenance program based on OEM recommendations and Commercial and Non Developmental Item (CaNDI) documentation. Program shall conform to requirements set forth b y Airworthiness Authority (AA). Maintenance program shall use an Organizational level maintenance concept for normal operational requirements for aircraft servicing and Preventive Maintenance Daily (PMD) and routine user level maintenance and inspections w ith major inspections, repair or overhaul accomplished at AA approved overhaul facilities. (2) Contractor shall design a recommended spare parts package to support desired OPTEMPO of eight hours per day per aircraft to support a 24/7, 365 day mission as ci ted in Section 3.0.1. Contractor shall provide to Government approved spare parts inventory, general and special test/analysis equipment, tool kits and special tools that may be required for line maintenance. (3) Contractor shall provide technical maintena nce manuals, parts manuals, and inventory documentation to support recommended parts, tools and test equipment upon first delivery. (4) Contractor shall provide all manuals and software products required for LCS of fielded systems upon delivery. (5) Contra ctor shall provide a maintenance program designed to support repair and/or replacement of system components to include depot level maintenance and inspections prescribed by AA and OEM. In order to maximize operational usage, once parts arrive for depot lev el maintenance, contractor must ensure parts arrive back to unit within 14 days. (6) Contractor shall plan maintenance concept to take maximum advantage of parts standardization, interchangeability, and commonality, to minimize number and types of required spares. Integrated Logistics Support Program Plan shall be submitted as part of proposal. (7) In addition to maintenance manuals supplied with each aircraft, contractor shall provide six (6) complete sets of aircraft and engine maintenance manuals to incl ude manuals for all installed equipment, furnishings and sensors IAW DI-TMSS-80527. 3.2 MAINTENANCE TRAINING: Contractor shall design a program of instruction (POI) and provide initial training for maintenance personnel. All training of maintenance technic ians shall be In Accordance With (IAW) contractors proposed training plan and shall follow Best Commercial Practices. POI shall include instructions for diagnostic troubleshooting and maintenance for aircraft and surveillance systems (airframe, engine, avi onics, and sensor systems). Maintenance training shall be to the standard required for daily turnaround and manufacturers recommended inspections and maintenance. Training and training materials shall be available in English and desired in Arabic. Training package shall include meals and housing accommodation at training location. 3.3 PILOT TRAINING: Contractor shall provide a Pilot Aircraft Qualification Course (AQC) that provides training to a standard commensurate with entire aerial surveillance mission to include safe operation of aircraft and complete operation of communications and sensors. All pilot AQC training shall be IAW Best Commercial Practices and co ntractors proposed training plan. AQC may assume previous qualified pilot experience with a minimum of specialized equipment training. AQC shall include emergency/abnormal procedures training. Training shall be provided by certified flight instructors (CFI ), or equivalent, and students must demonstrate proficiency in VMC/IMC navigation and flight competency. Training package shall include meals and housing accommodations at training location. 3.4 TRAINING SCHEDULE: Contractor shall provide AQC training for eight (8) pilots and maintenance training for five (5) maintenance technicians prior to first aircraft delivery. Contractor shall be prepared to train at least sixteen (16) pilots and ten (10) maintenance technicians prior to delivery of eighth (8th) aircr aft. contractor shall also be prepared to train an additional sixteen (16) pilots and an additional ten (10) maintenance technicians in event Government exercises any or all of options. 3.5 AIRCRAFT DELIVERY PLAN: Contractor shall deliver new, fully integr ated and operational aircraft systems (Modified Aircraft with Sensors), with an FAA-equivalent Supplemental Type Certificate (STC), to Basrah International Airport, Iraq, FOB Destination. Aircraft will be delivered IAW following schedule based on date of c ontact award. Aircraft system must be fully certified to FAA Part 23 (STC) at time of delivery. Aircraft 1 and 2 are desired to be delivered 30 days after contract award (DAC); aircraft 3 and 4 desired to be delivered 90 DAC; aircraft 5 and 6 desired to b e delivered 120 DAC; aircraft 7 and 8 desired to be delivered 180 DAC. 3.5.1 DELIVERY DOCUMENTATION: Contractor shall provide following aircraft on-board documentation with each aircraft delivered: (1) FAA Form 8130-2, (2) Aircraft Log Books to include eng ine and propeller logbook, (3) Operators Manual, (4) Aircraft Flight Manual, (5) Operators Check List, (6) Completed Weight and Balance Report, (7) Engineering Change Record to include a list of Service Bulletins (SBs) and Airworthiness Directives (ADs) on aircraft IAW DI-SES-81003, and (8) copies of all applied STCs complete with drawings, schematics, operators instructions, and maintenance procedures IAW DI-SES-81003. Copies of documentation are desired in Arabic and required in English. 3.6 ACCEPTANCE TE ST FLIGHT: (1) contractor shall conduct a Functional Check Flight for each aircraft delivered under this contract. Check flight shall be of sufficient scope and duration to verify that all AA certified equipment and military/special qualified mission equip ment items operating together in all enable modes are compatible (will not degrade each others performance) and will not compromise mission effectiveness or safe operation of aircraft. Contractor shall prepare a report of findings using DI-EMCS-81542 as a guide. Contractor shall perform an airborne communications and identification test to demonstrate proper operation of all on-board radio communications equipment and aircraft transponder. Contractor shall prepare a report of findings of communications and identification test using DI-NDTI-80809 as a guide. (2) Coalition Provisional Authority (CPA) will perform an acceptance check flight IAW contractors proposed acceptance test flight plan prior to delivery of each aircraft. Contractor shall provide full sup port to personnel conducting acceptance test, including facilities, equipment, Petroleum-Oils-Lubricants (POL), flight line maintenance support personnel, and any other support required for aircraft acceptance. Completed Acceptance Test Check sheets shall be included with Quality records as part of acceptance criteria. 3.7 WARRANTY: Manufacturers standard warranty for aircraft, sensor, communications suite, and s pare parts is required. Provision at FAR 52.212-1, Instructions to Offerors--Commercial, applies to this acquisition with following addendum: Foreign offerors are not required: (1) to be registered with Central Contractor Registration database or (2) provi de a Federal Tax Identification number. Provision at FAR 52.212-2, Evaluation--Commercial Items is applicable to this acquisition. Evaluation criteria to be included in paragraph (a) of that provision is as follows (in descending order of importance). Prop osal will be evaluated in 3 areas: Technical, Price and Past Performance. Technical area is significantly more important than Price. Technical and Price areas combined are extremely more important than Past Performance. Elements to be evaluated in Techn ical area are Technical Capability, Delivery Schedule, Integrated Logistics Support Package, Training Package and Airworthiness. Technical Capability element is significantly more important than Delivery Schedule Element. Delivery Schedule, Integrated Lo gistics Support Package, Training Package and Airworthiness elements are equal in importance. Factors to be evaluated in Technical Capability element are (1) Aircraft Platform ( proposed approach will be evaluated for offerors ability to meet criteria for Aircraft Characteristics (3.0.1) and Mission Profile (3.0.2)); (2) Sensor ( proposed approach will be evaluated for offerors ability to meet criteria for Sensor in 3.0.3.); (3) Communications ( proposed approach will be evaluated for offerors ability to m eet criteria for Communications in 3.0.4.) and (4) Navigation ( proposed approach will be evaluated for offerors ability to meet criteria for Navigation in 3.0.5.) Factors to be evaluated in Integrated Logistics Support Package are (1) Maintenance Concept and Procedures ( proposed approach will be evaluated for offerors ability to adequately perform System Maintenance, Aircraft Inspections, Maintenance Test Flights, Maintenance Operational Checks, Engine Maintenance Management, Engine Overhauls, Engine His torical Records, Propeller Overhaul, Shipping, Damage Repair and Engine Repair. evaluator will consider offerors proposed procedures, skills, facilities and techniques for adequacy and relative effectiveness.) and (2) Materiel Management ( proposed approac h will be evaluated to determine offerors ability to adequately manage and supply spare and repair parts.) Factors to be evaluated in Training Package are (1) Pilot Training (proposed Pilot Training approach will be evaluated for offerors completeness and adequacy of approach to extent that it represents a thorough understanding of requirement. Offerors ability to adequately provide training materials, flight manuals, media, student workbooks, training assets and course content will be evaluated. Instruct or proficiency will be evaluated for adequacy and relative effectiveness.) and (2) Maintenance Technician Training (proposed approach will be evaluated to determine offerors completeness and adequacy of approach to extent that it represents a thorough unde rstanding of requirement. Offerors approach regarding training materials, manuals, media, training assets, course content and instructor proficiency will be evaluated.) Airworthiness Element will be evaluated to determine adequacy and relative effectiven ess of proposed airworthiness procedures for all planned modifications that are not covered by aircraft TC as well as offerors ability to execute Airworthiness Directives/Service Bulletin Advisory Data. Past performance will be evaluated based on informati on provided by offeror as to actual sales of proposed products to industry or Government agencies. Past performance will consider ability of offeror to meet delivery schedules, warranty and support. Offerors shall provide all relevant past performance hist ory within past 3 years, to include a full description of sale or support, customer point of contact name, telephone number and email address. Contract will be awarded to offeror whose proposal conforms to requirements of this solicitation and is found to be the best value to the government, price and all other evaluation factors considered. Award may be made to an acceptable offeror that is not lowest in price, but whose proposal is sufficiently advantageous to justify payment of a higher price. Offerors shall include a completed copy of provision at Federal Acquisition Regulation (FAR) 52.212-3 and Defense FAR Supplement (DFARS) 252.212-7000, Offeror Representat ions and Certifications-Commercial Items, with its offer. Clause at FAR 52.212-4 Contract Terms and Conditions-Commercial Items, applies to this acquisition. Clauses at 52.212-5, Contract Terms and Conditions Required to Implement Statutes or Executive Ord ers-Commercial Items, and DFARS 252.212-7001, Contract Terms and Conditions Required to Implement Statutes or Executive Orders Applicable to Defense Acquisitions of Commercial Items, apply to this acquisition. Applicable clauses under FAR 52.212-5 are: 52. 203-6, 52.219-8, 52.219-9, 52.219-14, 52.219-23, 52.222-19, 52.222-26, 52.222-35, 52.222-36, 52.222-37 and 52.232-33 (except for foreign contractors). Applicable clauses under DFARS 252.212-7001 are: 52.203-3, 252.205-7000, 252.227-7015, 252.227-7037, 252. 232-7003 (except for foreign contractors), 252.243-7002, 252.247-7023 (Alt I) and 252.247-7024. In addition, following FAR clauses are applicable to this acquisition: 52.214-34, 52.214-35, 52.217-7 (180 days). All proposals shall be submitted in US dollars . Contract will be awarded and all invoices submitted and paid in US dollars. In addition to clauses set forth above, following contract provision is applicable to this acquisition: DE-BAATHIFICATION OF IRAQI SOCIETY. Full text for this clause can be found at www.cpa-iraq.org. Select documents, then orders, Order No. 1. Select Documents, then Memoranda, Memorandum No. 7, Delegation of Authority Under De-Baathification Order No. 1, dated Nov 4, 2003. Contractor shall include a comparable clause in all subco ntracts and require all subcontractors to flow down clause. Full text of FAR references may be accessed electronically at: http://www.arnet.gov/far/. These Contract Data Requirements Lists (CDRLs) are applicable to this requirement: CDRL 0001 Commercial O ff-the-Shelf (COTS) Manual and Associated Supplemental Data; CDRL 0002 Commercial Drawings and Associated Lists; CDRL 0003 Electromagnetic Environmental Effects (e3) Verification Report (E3VR); CDRL 0004 Test/Inspection Report. A hard copy of CDRLs can be faxed upon written request to email stated below. Responses to this RFP must be signed, dated and received via electronic mail (preferred) or fax to (256)955-8364 by July 2, 2004, no later than 4:00 p.m. Central Standard Time (CST), and should be addressed to Carole Hubbard, Contracting Officer. Separate electronic documents shall be submitted for technical capabilities, pricing and past performance and should be so titled. No pricing or past performance information should be included in technical capabilit ies document. A separate document titled Executive Summary should be submitted to include name, and physical address of offerors facilities, both foreign and domestic, and number of years company has been in business. This document should also list name, a ddress, telephone number, fax number and email of individual(s) to be contacted with questions regarding proposal. Please also list parent, subsidiary and joint companies along with their physical addresses in Executive Summary. All questions concerning th is solicitation should be sent to asp@redstone.army.mil.
 
Place of Performance
Address: US Army Aviation and Missile Command (Aviation) ATTN: AMSAM-AC, Building 5303, Martin Road Redstone Arsenal AL
Zip Code: 35898-5280
Country: US
 
Record
SN00606279-W 20040620/040618212205 (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.