Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JANUARY 31, 2007 FBO #1892
SOLICITATION NOTICE

15 -- NOAA AIRCRAFT - TWIN ENGINE TURBO PROP

Notice Date
1/29/2007
 
Notice Type
Solicitation Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of Commerce, National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division, 601 East 12th Street, Room 1756, Kansas City, MO, 64106, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
WC133M-07-RP-0030RFA
 
Response Due
2/15/2007
 
Archive Date
3/2/2007
 
Description
This public announcement results from the FEDBIZOPPS Sources Sought Notice issued December 12, 2006. The U.S. Department of Commerce (DOC), National Oceanic and Atmospheric Administration (NOAA), Central Region Acquisition Division (CRAD) intends to solicit for the purchase of a new or pre-owned twin engine turbo prop fixed wing aircraft to support the requirements for a light operational support aircraft for NOAA, Aircraft Operations Center (AOC), Macdill AFB, Florida. This aircraft will fill the urgent AOC requirement to provide scientists with an airborne platform necessary to collect the environmental and geographic data essential to their research to promote global environmental assessment, prediction and stewardship of the Earth's environment. REQUIREMENTS: The aircraft shall be a current Federal Aviation Administration (FAA) certified, commercial-off-the-shelf/non-developmental, twin engine turbo prop, fixed wing aircraft that will be modified with essential systems and equipment. Delivery Requirements: aircraft should be available immediately upon contract award if pre-owned or delivery within 12 months if new. Estimated time of contract award is June 2007. Description: the aircraft shall be a new twin engine turbo prop aircraft or a twin engine turbo prop aircraft manufactured within the past five years that is still in production. The engines should be turbo prop PT6 with preference given to those engines with or close to zero time on each since major overhaul or new. All engine overhaul records, including Service Bulletins, Final Engine Test Results, and Warranties shall be available for inspection and transferred to the Government upon contract award. The aircraft shall be free of any significant damage history, and the maintenance history shall be available for inspection during the evaluation process. The aircraft maintenance history shall also be transferred to the Government. The aircraft shall be modified or be capable of being modified for aerial photography and airborne observation missions. Minimum Aircraft Capabilities: A. A service ceiling of at least 24,000 feet International Standard Atmosphere. B. Normal maneuvering flight at airspeeds less than 150 knots true airspeed at 1000 feet mean sea level. C. Seating and carry capacity for at least eight persons excluding crew. D. Flight into known icing conditions. E. Flight into day and night Instrument Flight Rule (IFR) and Visual Flight Rule (VFR)conditions. F. Capable of carrying sufficient fuel for six hours of flight at maximum endurance altitude and airspeed without exceeding certified limits. G. Capable of modifications that allow an observer to see forward and down along the aircraft flight path. H. Capable of modifications that allow for toilet installation. In addition to the above, special consideration will be given to aircraft with a service ceiling in excess of 24,000 feet, endurance exceeding six hours, and payload in excess of 15001bs. Minimum Aircraft Equipment: A. Equipment required for day and night, IFR and VFR flight in accordance with FAA regulations. B. Equipment required for flight in to known icing conditions in accordance with FAA regulations. C. Anti-collision lights and two or three point strobe light system. D. Cockpit and cabin fire extinguishers. E. Environmental system for cockpit and cabin. F. Taxi Light(s). G. Airline interior to accommodate at least eight persons, with FAA approved seat belts. H. FAA approved four-point shoulder harness with inertial reels for each front seat occupant. Shoulder straps and lap belts shall fasten with a single, quick release mechanism. I. First aid equipment as listed in FAA Regulations, Part 121, Appendix a. J. Dual flight controls. Aircraft Avionics: The following radio/electronics equipment is the preferred configuration for the aircraft to accomplish airborne observation missions. All equipment must conform to FAA Regulation, Part 37, Technical Standards Order and FCC Type Acceptance where applicable. An FCC station license will be provided. Aircraft offered with any combination of avionics equipment will be considered and evaluated as to technical quality and overall cost to the Government. A. 406 MHz Emergency Locator Transmitter with cockpit remote switch. B. Two (2) 720 channel VHF transceivers with 8.33 kHz frequency spacing. C. One (1) HF transceiver single side band. D. Two (2) 200 channel VHF navigation receivers. E. Two (2) 40 channel UHF glideslope receivers. F. Two (2) horizontal situation indicators and flight director on the pilot side. G. Two (2) radio magnetic indicators. H. One (1) altitude alerter system with on/off capability. I. One (1) radar altimeter capable of being linked to a data acquisition system in the cabin. J. Two (2) transponder systems, selectable with single control head with Mode C capability. K. Autopilot system with couplers for full approach capability, also capable of supporting metric aerial photography. L. Pilot flight director system capable of autopilot coupling. M. Pilot and co-pilot station heading bug control of autopilot. N. Distance measuring equipment with ground speed and time to station. O. One automatic direction finder displayed on RMI's. P. Flux gate compass system for pilot (slaved compass system). Q. Electrically driven attitude indicator and directional gyro on co-pilot's side. R. Digital color weather radar system. The system shall detect and locate various types of storms within a 5, 10, 25, 50, 100, 200, and 300 nm range ahead of the aircraft, within an arc of approximately 120 degrees, and provide a visual indication of the turbulence content based on the color display. In addition the system shall be capable of ground mapping. S. Static wick discharge system. T. Two marker beacon systems (three lights) displayed on pilot and copilot. U. Pilot and co-pilot audio control system. V. Pilot and co-pilot control wheel push-to-talk/Internal Communication System W. ICS with pilot, copilot and a minimum of six two-way stations in the cabin. X. Navigation interface system to provide output from ground positioning system (GPS) to scientific computer(s). Y. Two (2) IFR certified GPS units. Z. Skywatch/TCAS II total collision avoidance system (TCAS). Upper and lower TCAS antennae installed. AA. Honeywell MK VII Enhanced Ground Proximity Warning System or equivalent, installed. The Government intends to award a firm fixed price commercial item contract to the responsible offeror whose offer represents the best value to the Government in accordance with Federal Acquisition Regulation Parts 12 and 15. The applicable North American Industrial Classification System Code (NAICS) is 336411. Size standard is 1,500 employees. The business size for the acquisition is unrestricted. All responsible sources may submit a proposal which shall be considered by the agency. The solicitation is expected to be issued by the end of February 2007 with contract award expected by the middle of June 2007. IMPORTANT NOTE: All contractors doing business with this office are required to be registered with the Central Contractor Registry (CCR). For additional information and to register in CCR please access the following web site: http://www.ccr.gov. In order to register with CCR and be eligible to receive an award from this acquisition office, all offerors must have a Dun & Bradstreet (DUNS) number. A DUNS number may be acquired free of charge by contacting Dun & Bradstreet on-line at https://www.dnb.com/product/eupdate/requestOptions.html or by phone at (800) 333-0505. In addition, completion of the Online Representation and Certifications Application (ORCA) is required. It can be accessed at http://www.orca.bpn.gov. All parties interested in receiving information on how to receive a copy of the solicitation must submit a written request to the attention of Ronald Anielak, at the address stated herein, or e-mail to ronald.f.anielak@noaa.gov, or fax at 816-274-6951 within 15 days from publication of this notice. Requests should reference request for proposal number WC133M-07-RP-0030RFA. Requests must include company name, address, cage number, DUNS number, phone number, fax number, and e-mail address. NO PHONE REQUESTS WILL BE ACCEPTED. All sources submitting a written request for the solicitation will be notified by e-mail when the solicitation documents are available along with instructions on how to obtain them. Hard copies of the solicitation will not be available. Interested sources must be registered in FedTeDs in order to obtain a copy of the solicitation. For instructions on how to register in FedTeDs please access the following web site https://www.fedteds.gov/.
 
Record
SN01221068-W 20070131/070129220212 (fbodaily.com)
 
Source
FedBizOpps 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.