Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 27, 2004 FBO #1005
SOLICITATION NOTICE

15 -- Single Engine Helicopter witn Trade-in Terms

Notice Date
6/25/2004
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Justice, Drug Enforcement Administration, Office of Acquisition Management, None, Washington, DC, 20537
 
ZIP Code
20537
 
Solicitation Number
DEA-04-0029
 
Response Due
7/12/2004
 
Point of Contact
MaryJean Skinner, Contract Specialist, Phone (202) 307-7809, Fax (202) 307-4877,
 
E-Mail Address
mskinner@leo.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 DEA-04-R-0029 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 01-23. This is a full and open competition; there will be no set-aside requirements. The applicable NAICS code is 336411 (Aircraft Manufacturing). Delivery and acceptance will take place at the offeror’s facility. The provision at FAR 52.212-1 (Jan 2004), 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 (Oct 2003), Contract Terms and Conditions – Commercial Items, applies to this acquisition. The clause at FAR 52.212-5 (May 2004), Contract Terms and Conditions Required to Implement Statutes or Executive Orders – Commercial Items, applies to this acquisition. Offers are due July 21, 2004, at 3:00 Eastern Time, at the following address: Drug Enforcement Administration, Office of Acquisition Management, Attn: Mary Jean Skinner, 2401 Jefferson Davis Highway, Alexandria, Virginia 20537. Offers may also be faxed to (202) 307-4877, if they do not exceed 10 pages. For information regarding this solicitation, please contact Mary Jean Skinner, Contracting Specialist, at 202-307-7809 or at mskinner@leo.gov . 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 U.S. Department of Justice, Drug Enforcement Administration (DEA) has a requirement for a new single-engine light utility helicopter, with dual controls, high skid-type landing gear and minimum seating for two crew members and four passengers. The helicopter's airframe, power plant and major components must be manufactured and assembled for rugged operation and must be acceptable for use by the DEA. The helicopter must have an enclosed canopy and be capable of sustained flight with the crew doors removed or locked open. Pilot and co-pilot doors must be easily opened in an emergency, utilizing quick-release hinge pins. Furthermore, it must have high temperature/high altitude operating capabilities. All factory standard equipment of the manufacturer's commercial model, unless otherwise noted, shall be provided in addition to those items specified herein. COMPLIANCE WITH FEDERAL AVIATION REGULATIONS – The aircraft must meet all applicable Federal Aviation Regulations. The Standard Airworthiness Certificate must be provided. SPECIFIC REQUIREMENTS – The aircraft shall be a new single engine, light utility helicopter that complies with all applicable Federal Aviation Administration Regulations; has dual controls; high skid-type landing gear; minimum seating for two crew members and four passengers; enclosed canopy; capacity to sustain flight with the crew doors removed or locked open; pilot and co-pilot doors that are easily opened in an emergency with quick release hinge pins; high temperature/high altitude operating capabilities; a maximum gross takeoff weight (MGTOW) of 3,500 lb that includes a full fuel load and 300 lbs. of gear in cargo area; has a minimum of 15,000 hours of operating life; and has a one year or 1000 hour standard warranty that includes parts and labor. The aircraft shall meet the following specifications: (a) Range – 205 NM with 45 minute reserve; (b) Speed- cruise speed 130 KIAS as minimum altitude; (c) Service Ceiling – 16,000 feet minimum based on optimum helicopter; (d) Take Off – International Std Atmosphere (ISA) day + 15 degrees Centigrade (85 degrees F) to ISA + 20 degrees C (95 degrees F) in and out of ground effect; (e) Crew- two members [pilot and co-pilot]; (f) Equipment Total of 300 lbs; (g) Useful Load – up to four passengers [minimum 1,500 lbs. useful load capacity; (h) Maximum-minimum certified, maximum takeoff weight must be3,500 lbs; (i) Hover ceiling – 8,000 feet in ground effect; (j) Hover ceiling – 6,000 ft out of ground effect; and (k)Rate of climb – 1,770 ft. per min. at sea level a max gross weight; (l) Storage – Minimum of 15 cubic feet. The aircraft shall be capable of performing the following typical flight scenario: (a) start up and take off; (b) climb to desired cruising altitude of 3,000; (c) at cruising altitude, attain and maintain a minimum of 130 KIAS cruise speed; (d) at the completion of the transit, descend and perform mission; (e) at the completion of the mission return to operating base; (f) land with required 45 minute, fuel reserve. The fuel management system shall consist of a fuel flow transmitter [engine compartment] electrically coupled to fuel flow indicator mounted on the fuel management panel in the flight deck. The propulsion system shall include an engine with corrosion protection, fresh water wash capability, a chip detector system, a compressor blade erosion /foreign object damage prevention system, a quick change cartridge fuel boost pump, an oil filter system, a fuel micro filter that filters fuel from the cell to the engine, an Altar Avionics Smartcycle or Intelistart engine trend monitoring system, a transmission system that includes pressure and temperature indications along with a chip detector system. If available, the engine compartment shall have a fire detection, warning and extinguishing system. The brakes shall be rotor brakes. The Communication/Navigation Equipment shall include: (a) Standard helicopter instrument for safety of flight; (b) service hour meter with hours and tenths of hours; (c) turn and bank indicator; (d) VHF Comm Nav Transceiver w/GS; (e) VHF Comm Transceiver; (f) U/VHF FM Encryption compatible, TDM 6000 series; (g) Slaved Gyro Compass System; (h) Digital 24 Hour clock; (i) GPS Nav, Garmin 400 or 430 series; (j) Transponder, TCAD w/GPS Interface; (k) Encoding Altimeter; (l) Radar Altimeter; (m) Cooling Blower; (n) Emergency Locator Transmitter, w/406 capability; (o) Headset w/ Intergral Boom Microphone; (p) Audio Control System, 2 units; and (q) a Public Announcement System. The intercommunication system shall permit two-way communication between pilot and co-pilot and passengers. The Offeror agrees to install and include in the purchase price, a Government provided 3M WX1000 Stormscope. Also included in the purchase price is a minimum of 15 hours of pilot training with instructor pilot in the aircraft for two DEA pilots; and maintenance and system operational training for two designated personnel. Two sets of the following shall be provided at delivery: (a) Rotocraft operating manual and pilot’s pocket checklist to include performance charts normally found in the industry; (b) wiring diagrams for avionics installations; (c) wiring diagrams for all other electrical installations; (d) maintenance manual [helicopter]; (e) illustrated parts catalog [helicopter]; (f) maintenance manual [engine]; (g) illustrated parts catalog [engine]; (h) current technical manuals; (i) performance charts and pilot’s operating handbooks; and one copy of the FAA approved flight manual and the helicopter operating manual. TRADE-IN AIRCRAFT: The two aircraft that will be provided as trade-in are: (1) Aerospatiale, Serial No. 5423, Manufactured 1989, Airframe Total Time: 2687.8, Engine Time 2675.3.; and (2) Aerospatiale, Serial No. 5434, Manufactured 1990, Airframe Total Time: 2972.9, Engine Time 2963.4. Interested Offerors may obtain further information about the trade-in aircraft by contacting Mr. Larry Glass, at (817) 837-2098. Offerors must submit the following information to be considered: total price for the proposed single engine helicopter, the trade-in value of each offered DEA aircraft, the price for the helicopter less trade-in, any proposed discount payment terms, and warranty terms. The contracting office point of contact is Mary Jean Skinner at mskinner@leo.gov . NOTE: THIS NOTICE MAY HAVE POSTED ON WWW.FEDBIZOPPS.GOV ON THE DATE INDICATED IN THE NOTICE ITSELF (25-JUN-2004). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 25-AUG-2004, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.eps.gov/spg/DOJ/DEA/OAM/DEA-04-0029/listing.html)
 
Place of Performance
Address: Ft. Worth, TX
Zip Code: 76177
 
Record
SN00654400-F 20040827/040826082503 (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.