Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 08, 2005 FBO #1290
SOURCES SOUGHT

15 -- Request for Information (RFI) for Installation of Advanced Blended Winglets on Navy C-40A Aircraft

Notice Date
6/6/2005
 
Notice Type
Sources Sought
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272 47123 Buse Road Unit IPT, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019C40AWinglets
 
Response Due
7/21/2005
 
Archive Date
8/5/2005
 
Description
This announcement constitutes a Request for Information for planning purposes. This is NOT a Request for Proposal. NO SOLICITATION DOCUMENTS EXIST AT THIS TIME. The intent of this RFI is to assist the Naval Air Systems Command (NAVAIR) in conducting market research to identify potential sources to retrofit its fleet of nine C-40A aircraft with advanced blended winglets. The C-40A is a Boeing 737-700C in the Increased Gross Weight (IGW) configuration with an ?800 series wing. The USN airplanes are covered by line numbers 496-1849. Four of our airplanes were constructed before line number 778 (un-ballasted wing structure) and may require additional effort for certification. The C-40A is operated in three distinct configurations: all-passenger, all-cargo and Combi (70 pax, 3 pallets). The installation of the winglets shall be Federal Aviation Administration (FAA) certified by Supplemental Type Certificate. The winglets shall provide a minimum overall block fuel savings of 3-4% over the current configuration without winglets. The winglet installation shall also provide improvements in climb gradient, optimum cruise altitude and a reduction in exhaust emissions. Range on long missions (over 2000 NM) with a nominal cargo load of 5000 lbs shall improve a minimum of 130 NM. Responses to this RFI must reference the sources sought number and title, should be limited to a total of ten pages, and include: 1) Brief statement of interest/capabilities 2) A Rough Order of Magnitude estimate of non-recurring costs 3) A Rough Order of Magnitude estimate of recurring costs 4) Notional schedule estimates for installation 5) Technical feasibility alternatives assessment 6) Special considerations that might reduce the associated cost or risk of time delays 7) FAA certification process 8) Any other information at vendor discretion such as catalogs, drawings/illustrations, technical manuals, training description/material, warranty, testing documentation, brochures and/or any other documentation that describes the capability to design, develop, manufacture and support an effort of the type described herein. 9) Respondents should identify any government and/or commercial customers to whom the same or similar winglet installations have been done. Provide customer point of contact, including a telephone number, e-mail address or web site, quantities sold along with dates sold, and a description. 10) All responses submitted must specify, on the cover page of the response or in the transmittal letter submitted with the response, the business size/status of the organization (i.e., large business, small business, certified 8(a) concern, veteran-owned, hubzone, women-owned, etc.). Small businesses who possess the required capability are encouraged to submit responses to this notice. Questions pertaining to this notice may be emailed to the contract specialist at leann.warner@navy.mil. The deadline for submission of questions concerning this notice is 4:30 PM EST on 20 June 2005. The responses to all questions received by this date will be posted at http://www.navair.navy.mil/doing_business/open_solicitations/ . Interested parties are invited to submit responses addressing the areas listed above. Electronic responses to this notice must be emailed to the contract specialist at leann.warner@navy.mil no later than 4:30 PM EST on 21 July 2005. The electronic copy of your response must be in Microsoft Word 2000 readable format. Following a review of the responses received, NAVAIR may elect to schedule one-on-one meetings with some respondents to gain additional information about their proposed solution(s). NOTE: This RFI is issued for the purpose of determining market interest, feasibility, and capability of sources and does not constitute an Invitation for Bids (IFB), a Request for Proposals (RFP), a Request for Quotes (RFQ) or an indication that the Government will contract for any of the items and/or services contained in this notice. All information received in response to this notice that is marked Proprietary will be handled accordingly. Responses to this notice will not be returned. No reimbursement will be made for any costs to provide information in response to this announcement or any follow-up information requests. Information contained herein is based on the best information available at the time of publication, is subject to revision, and is not binding upon the Government. Availability of any formal solicitation will be announced under a separate Federal Business Opportunities announcement.
 
Place of Performance
Address: To be determined.
 
Record
SN00823578-W 20050608/050606212301 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.