Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 04, 2005 FBO #1255
MODIFICATION

15 -- JPATS Production Contract Follow-on

Notice Date
5/2/2005
 
Notice Type
Modification
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
ASC/YTJV 1970 Monahan Way Bldg 11A Wright-Patterson AFB OH, 45433-7211
 
ZIP Code
45433-7211
 
Solicitation Number
FA8617-05-R-6151
 
Response Due
6/6/2005
 
Archive Date
12/31/2006
 
Small Business Set-Aside
N/A
 
Description
******************************************************************************* Correction to Response date. (Posted: 5-2-05) ******************************************************************************* Change response date from "22 Jun 05" to "6 Jun 05" ******************************************************************************* Original Source Sought. (Posted: 5-2-05) ******************************************************************************* Synopsis The Trainer Aircraft Systems Group (TASG), Joint Primary Aircraft Training System (JPATS) Program, Wright-Patterson AFB, OH, is conducting a market survey of potential sources to provide both T-6A aircraft Sustaining Engineering support and follow-on Production of T-6A aircraft and related aircrew training devices (ATDs). The TASG anticipates awarding a single contract for Sustaining Engineering support and follow-on Production Lots 14-20. Background The JPATS is comprised of T-6A aircraft, T-6A ATDS, a Training Information Management System (TIMS), and courseware. Under the JPATS program, the T-6A aircraft is replacing the US Air Force (USAF) T-37B and US Navy (USN) T-34C trainer aircraft. As a derivative of the Swiss Pilatus PC-9, the T-6A is a low- wing, high-performance, pressurized, turboprop trainer aircraft. It is designed to take advantage of commercial aviation technology to meet US Government training system requirements. Complementing the aircraft are five types of T-6A ATDs: an Operational Flight Trainer with a wide field-of-view visual system, an Instrument Flight Trainer with a narrow field-of-view visual system, a Unit Training Device with no visual system, an Escape System Trainer, and an Egress Procedures Trainer. None of these ATDs are motion-based. The JPATS will provide entry-level student pilots with the skills necessary to complete contact/familiarization, instruments, formation, and navigation missions during both day and night conditions. Training in the JPATS will lead to a level of proficiency that permits transition into one of the USAF or USN advanced pilot training tracks. Raytheon Aircraft Company (RAC), the JPATS prime contractor, began building the first T-6A aircraft for the US Government in 1996, and has been delivering these aircraft since 2000. Under subcontract to RAC, the Flight Safety Services Corporation began building the first T-6A ATDs in 1998, and has been delivering them since 2000. The T-6A aircraft and ATDs completed initial operational testing in 2002. The USAF achieved its JPATS initial operational capability in 2002 and the USN followed in 2003. Current Environment Previously-awarded US Government production contracts have procured or provide options to procure 418 T-6A aircraft and 83 T-6A ATDs. These JPATS assets will be deployed to USAF or USN training wings and squadrons at several different locations. The T-6A aircraft will be supported by a separate Contractor Operated and Maintained Base Supply (COMBS) services contract which is not part of this market survey. The contemplated follow-on Production contract will procure at least another 365 T-6A aircraft and 38 T-6A ATDs over the course of seven years, US Government fiscal years 2007-2013. For seamless training operations, the additional T-6A aircraft and ATDs must be identical to those already produced. In addition, the TASG needs to make several Class I engineering changes to the T-6A aircraft and ATDs to remedy user-identified deficiencies, mitigate the discovery of obsolete parts, or adjust the performance of the aircraft and ATDs to match evolving user mission requirements. These Class I engineering changes will include changes to production configuration as well as retrofit of fielded assets. Therefore, the TASG intends to procure Sustaining Engineering support as major part of the follow-on Production contract. Potential sources are advised that Raytheon Aerospace Corporation (RAC) still owns design rights to the T-6A aircraft and peculiar support equipment. RAC is currently the sole provider of studies, analysis, and Class I and II engineering changes to the T-6A aircraft and ATDs. RAC also provides all maintenance support for the US Government?s prototype aircraft (PT-4), crash damage repairs to fielded aircraft, and system/sustaining engineering support of the entire JPATS Ground Based Training System (GBTS): ATDs, TIMS, and courseware. Contract Requirements 1. 7 lots of T-6A aircraft, at least 365 in total. 2. 7 lots of T-6A ATDs, at least 38 in total 3. Simulator Servers as required, to integrate the ATDs with the remainder of the GBTS. 4. Future studies and analysis against aircraft and ground-based training equipment deficiencies and product enhancements. 5. Maintenance support for the prototype (PT-4) aircraft located at RAC in Wichita, KS. 6. Support for the development of new product enhancements for JPATS. 7. Crash damage repair as required for any fielded aircraft. 8. Onsite field service representatives at main operating bases to assist in maintenance support. 9. Navy aircraft spares outside the typical COMBS Services contract requirements. 10. Engine Structural Integrity Program and Aircraft Structural Integrity Program support. 11. GBTS integration + systems engineering support. 12. Dedicated engineering support to address deficiency reports, and miscellaneous program management planning. 13. Incidental aircraft pilot training, GBTS user training, aircraft maintenance training, and FIREFAM training. 14. Engineering changes to be cut-in to production aircraft and ATDs. 15. Retrofit of hardware or software changes on fielded assets. 16. Parts obsolescence management. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and capability of potential sources. Firms responding to this announcement should indicate whether they are a large or small business, small disadvantaged business, woman-owned small business, HUBZone small business, and/or service-disabled veteran-owned small business. The North American Industrial Classification System Code 336411, Aircraft Manufacturing, applies to this acquisition with a size standard of 1,500 employees. All potential sources must be registered in the Central Contractor Registration database to be awarded a DoD contract. Interested firms are encouraged to first register as a potential source on the PIXS Web Site (http://www.pixs.wpafb.af.mil). PLEASE INFORM US IF YOUR FIRM INTENDS TO PERFORM THE WORK SOLELY OR IF YOU DESIRE TO SUBCONTRACT WITH THE PRIME CONTRACTOR. Technical Considerations In addition to the information requested above, interested firms should also submit sufficient information to permit evaluation and qualification of their technical capabilities. The TASG will be assessing the level of market interest and competitiveness for this acquisition based on responses to the following: 1. Does your firm have knowledge of the entire T-6A aircraft (Include past performance ratings/evaluations (e.g. Contractor Performance Assessment Ratings, Award Fee Determinations, or similar contract incentives to verify this assertion) 2. What strengths does your firm have that enhance your ability to meet and/or exceed the T-6A sustaining engineering requirements? 3. Is your firm familiar enough with the T-6A aircraft to be able to make crash damage repairs? Do you have past experience with similar aircraft? 4. Does your firm have qualified personnel available to support onsite maintenance activities? 5. Can your firm build T-6A aircraft to current design and specification requirements at rates of 4-6/month? All firms are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked ?Proprietary? will be protected, and will not be divulged unless mandated by existing laws. ALL RESPONSES SHOULD BE SUBMITTED IN WRITING TO ASC/YTJK, BLDG 11A, ROOM 201-I, 1970 MONAHAN WAY, WPAFB OH 45433-7211, NOT LATER THAN CLOSE OF BUSINESS 6 Jun 2005. The point of contact is Capt Jason Ortiz at (937) 904-4609. Any non- technical and/or contractual questions should be referred to this individual. Program/technical questions should be directed to Mr. Jack Lucas at (937) 904- 4256. In accordance with recent changes to the Air Force Materiel Command Federal Acquisition Regulation Supplement, the position of the ASC Ombudsman has been terminated. If any potential source has questions or concerns about this particular acquisition, please direct all comments to the Contracting Officer Mr. Trini Rendon at (937) 904-4286. INFORMATION CONTAINED IN THIS SYNOPSIS IS FOR MARKET RESEARCH PURPOSES ONLY. IT DOES NOT CONSTITUTE A REQUEST FOR PROPOSAL AND IT MUST NOT BE CONSTRUED AS A COMMITMENT BY THE US GOVERNMENT. For more information on 05R6151--JPATS Production Contract Follow-on please refer to http://www.pixs.wpafb.af.mil/pixslibr/05R6151/05R6151.asp
 
Web Link
05R6151-JPATS Production Contract Follow-on
(http://www.pixs.wpafb.af.mil/pixslibr/05R6151/05R6151.asp)
 
Record
SN00799092-W 20050504/050502211823 (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.