Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 15, 2010 FBO #3094
MODIFICATION

15 -- United States Air Force Academy (USAFA) Soaring Program Sailplane Fleet Replacement

Notice Date
5/13/2010
 
Notice Type
Modification/Amendment
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, 77AESG -Aeronautical Systems Group, 2300 D Street, Wright-Patterson AFB, Ohio, 45433, United States
 
ZIP Code
45433
 
Solicitation Number
FA8617-10-R-6185
 
Point of Contact
Kristina R. Vineyard, Phone: 9379044226
 
E-Mail Address
kristina.vineyard@wpafb.af.mil
(kristina.vineyard@wpafb.af.mil)
 
Small Business Set-Aside
N/A
 
Description
ATTENTION: FOR THE MOST UP TO DATE INFORMATION PLEASE SEE THE DRAFT DOCUMENTS DATED MAY 12. THE SSS/CRFI AND INDUSTRY DAY DOCUMENTS ARE DATED 2009 AND THE NEWEST MOST UP-TO-DATE INFORMATION CAN BE FOUND IN THE DRAFT SRD AND SOO. Sources Sought Synopsis (SSS) / Capability Request For Information (CRFI) 2009 United States Air Force Academy (USAFA) Soaring Program Sailplane Fleet Replacement 1.0 General Introduction The Aeronautical Systems Center (ASC) Capabilities Integration Directorate is conducting analyses in support of the acquisition of non-powered flight capability at the United States Air Force Academy (USAFA). This is a combined SOURCES SOUGHT SYNOPSIS (SSS)/ CAPABILITY REQUEST FOR INFORMATION (CRFI) to explore cost effective acquisition options to provide this capability at the USAFA by March, 2010. This effort is for the purchase of a government owned fleet of 19 aircraft; 14 dual seat basic gliders and 5 dual seat aerobatic/advanced gliders. Information provided in your response will be used for planning the acquisition strategy of the near term procurement. At this time, we anticipate this to be a full and open competition, though it is still to be determined if foreign participation will be permitted. Contact Captain John Machuca, Program Manager (ASC/XRE), at (937)904-5867 or (937)674-5867 to express your interest ahead of the response deadline. Submit an electronic copy via e-mail to AF POC's listed in section 6.0 no later than 3 Aug 2009. Additionally, provide two printed (hard) copies of each response either by mail or hand delivery to Attn: Capt Machuca, ASC/XRE, 1970 Monahan Way, Bldg 11A, Room 022, Wright-Patterson AFB, Ohio 45433-7209 no later than 3 Aug 2009. CAUTION: This SSS/CRFI is issued solely for information and planning purposes. In accordance with Part 10 of the Federal Acquisition Regulation, the U.S. Government is conducting market research. The intended purpose is to identify potential sources that may possess the expertise, capabilities, and experience to meet the requirements of the USAFA Soaring Program. It does not constitute a Request for Proposal (RFP) or a promise to issue an RFP in the future. This SSS/CRFI does not commit the Government to contract for any supply or service whatsoever. Further, ASC is not at this time seeking proposals, and will not accept unsolicited proposals. Responders are advised that the Government will not pay for any information or administrative costs incurred in response to this SSS/CRFI. Please be advised that all submissions become Government property and will not be returned. All costs associated with responding to this SSS/CRFI will be solely at the responding party's expense. Not responding to this SSS/CRFI does not preclude participation in any future RFP, if any is issued. In accordance with Federal Acquisition Regulation 15.201(e), responses to this notice are not offers and cannot be accepted by the Government to form a binding contract. It is the responsibility of the interested parties to monitor this FedBizOps website for additional information pertaining to this SSS/CRFI. Responders are solely responsible for all expenses associated with responding to this inquiry. This announcement is not to be construed as a formal solicitation. It does not commit the Government to reply to information received, or to later publish a solicitation, or to award a contract based on this information. The level of security clearance and amount of foreign participation in this requirement has not been determined. Contractors/Institutions responding to this market research are placed on notice that participation in this market research may not ensure participation in future solicitations or contract awards. The Government will not reimburse participants for any expenses associated with their participation in this market research. 2.0 Proprietary Materials Protection This notice is part of Government market research, a continuous process for obtaining the latest information from industry with respect to their current and near-term abilities to support an acquisition of this magnitude. The information collected may be used by the Government to explore acquisition options and strategies for the possible approaches within the military. All information received in response to this SSS/CRFI that is properly marked as "proprietary" will be handled accordingly. Proprietary information must be clearly marked on the outside container and on the materials inside. The Government shall not be liable for, or suffer any consequential damages, for any proprietary information not properly identified. Any materials submitted in accordance with this SSS/CRFI which contain information that is marked as proprietary will be protected as proprietary information. Such information will be reviewed by a team comprised of Government as well as contractor personnel hired to provide technical assistance for the Government's preparation of an acquisition strategy. All members of the team will sign non disclosure agreements and be reminded of their obligation to protect such information to the maximum extent permitted or required by the Economic Espionage Act, 18 U.S.C. 1831 et seq., and other applicable statutes or regulations. In addition, Government members will be reminded of their obligations to afford protection under the Trade Secrets Act, 18 U.S.C. 1905. All contractor members are required to protect the information by the terms of their contracts. The Government has also determined that the contractor personnel have no organizational conflicts of interest that could adversely affect protection of the information. 3.0 Description ASC is seeking information to determine the most cost-effective acquisition strategy to fulfill the need for 19 glider aircraft by March 2010 to replace the existing fleet of basic and aerobatic training gliders used in the USAFA Soaring Program. Existing USAFA facilities will be used for aircraft storage and maintenance, however the aircraft will be maintained under a separate Contractor Logistics Support (CLS) arrangement. (Note: If you are unable to meet the 1 Mar 2010 suspense your response is still welcomed. However, in your response please provide data explaining why you are unable to meet the suspense and offer your proposed delivery timetable.) The current aircraft requirement is for basic (14 each) and aerobatic model (5 each) non-powered sailplane gliders, Federal Aviation Administration (FAA) certified aircraft suitable for basic soaring training. Due to the urgency of the timeline, it is preferred that the aircraft supplied be currently in production or in-stock, however, ASC remains open to other suitable acquisition options that are able to meet timeline requirements. Also, while it is preferred that a single manufacturer provide both the basic and aerobatic aircraft for standardization of training and maintenance purposes, the Air Force is fully dedicated to fair and open competition, and as such there is no requirement that a single manufacturer be able to produce both aircraft. 4.0 Requested Information Written Responses - Responses must address the following overall characteristics/constraints. (Detailed minimum characteristics for the aircraft can be found in Annex 1.) 4.1 Provide, in English, a pilot operating handbook (POH) or FAA approved airplane flight manual or an equivalent document containing aircraft weight, performance and technical data for the aircraft as part of the SSS/CRFI response package. Your response package should include these documents and any other documents necessary to address the following data points: 4.1.1 Three-view aircraft drawing with dimensions 4.1.2 Wing span, wing area, maximum L/D, minimum sink rate, max permitted speed, minimum speed, max maneuvering speed, max load factor, max empty weight, max gross weight and glide ratio 4.2 Comment on your proposed delivery timetable. Provide information on availability lead time after contract award, and whether all aircraft will be available in one lot or multiple lots (if multiple lots, provide quantities and timing). (Note: The desire is to have all aircraft on the USAFA ramp by 1 March 2010.) 4.3 Provide list price ($) of each aircraft, total procurement cost of all aircraft, typical operating cost and cost of any additional required equipment (avionics, etc.) needed onboard the aircraft in order to meet the minimum aircraft characteristics listed in Annex 1. Include cost data for trailers for both basic and aerobatic glider models. 4.4 Provide projected airframe service life, maintenance hours per flight hour and comment on any special maintenance considerations required, i.e. custom tooling, etc. Note that desired aircraft service life is 15 years or 7,500 hours for the basic glider and 15 years or 2,250 hours for the aerobatic glider. Assume 500 average annual flight hours per basic model aircraft, and 150 average annual flight hours per aerobatic aircraft. 4.5 Comment on technical data availability for purchase and parts licensing information. Also comment on ability to provide engineering services and engineering data, and the ability to provide spare parts, as required throughout the expected service life of the glider. 4.6 Comment on the overall durability of the glider with regard to operations at USAFA, noting the following:  Student's in the introductory AM-251 program have a low level of flight experience. In many cases, the student will be making their first flight in an aircraft.  The ops tempo is very high as is typical in any flying training program. Approx 200 total glider sorties may be flown in a day. A normal sortie for AM-251 (basic glider) is 0.3 hours. This leads to the average basic glider completing approximately 3-4 landings per flight hour.  All sorties are launched via aerotow  Additional data in table below Basic Gliders* Initial Tow/climb alt. Duration (hrs) Maneuvers Percent of total sorties Percentage of individual sortie dedicated to load-bearing maneuvers ** Pattern tow 1,000 feet AGL 0.1 Takeoff, aerotow, pattern and landing 30% N/A Area tow 2,500-3,000 feet AGL 0.3 Takeoff, aerotow, slow flight, stalls, slips, spin prevents, steep turns, spiral dives, pattern and landing 65% N/A Spin training 6,000 feet AGL 0.5 Takeoff, aerotow, spin prevents, single and multiple turn spins, pattern and landing 5% 20% Note: Basic gliders accomplish approx 3-4 landings per flight hour for training operations Aerobatic Gliders* Initial Tow/climb alt. Duration (hrs) Maneuvers Percent of total sorties Percentage of individual sortie dedicated to load-bearing maneuvers ** Training / Competition Sortie 6,000 feet AGL 0.5 Takeoff, aerotow, multiple aerobatic maneuvers (to include competition spins), pattern and landing. 100% 20% * 95% of sorties are flown dual ** Load-bearing maneuvers include spins and/or aerobatics 4.7 Comment on availability of a 406 MHz Emergency Locator Transmitter (ELT), transponder and downloadable flight data recorder system. 4.8 Pertaining to the aerobatic glider only, comment on ability of aircraft to be configured with smoke canister, ignition and wingtip mounting system with instrument panel mounted activation switch. 4.9 Comment on availability of wingtip wheels for gliders 5.0 SSS/CRFI Response Section Composition Request SSS/CRFI responses be comprised of two (2) sections. Please limit your responses to a page count of 10 pages or less for Section One and 25 pages or less for Section Two. 5.1 SSS/CRFI Response Section One - Provide administrative information in Section One of your response in a Microsoft Word compatible document. Address at least the following in Section One: Company name Headquarters location, and location of any North American distributors (if any) Company credentials/information you deem appropriate to validate or demonstrate your ability to meet herein stated requirements and deadlines Point of contact (POC) name Mailing address Overnight delivery address (if different from mailing address) Phone number Fax number E -mail address of POC Please provide a statement that the respondent will allow or will not allow the Government to release proprietary data to the Government support contractors identified 5.2 SSS/CRFI Response Section Two - Provide the information requested in section 4 above in Section Two of your response. Please provide responses in Microsoft Word compatible documents, Microsoft PowerPoint compatible presentations, Microsoft Excel compatible Spreadsheets, Adobe Reader9 files, or any combination thereof. Submit responses in both electronic (soft) and printed (hard) copy form. Submit electronic copies via e-mail to elizabeth.eberhart@wpafb.af.mil, john.machuca@wpafb.af.mil and adam.ladd@wpafb.af.mil not later than 3 Aug 2009. Subject line of the e-mail should read as follows: "Response to USAFA Glider SSS/CRFI". Additionally, provide two printed (hard) copies of each response either by mail or hand delivery to: ASC/XRE, 1970 Monahan Way, Bldg 11A, Room 022, Wright-Patterson AFB, Ohio 45433-7209 no later than 3 Aug 2009. 6.0 Questions Responses to questions from interested parties will be promptly answered and posted on this FedBizOps website, unless some release of proprietary information is involved or the answer addresses a question peculiar to a company or that company's response. Post submittal, one-on-one information sessions with respondents are not contemplated; however, they may be offered to responders to clarify the government's understanding of their submittal, the capability ramifications, or to discuss their business approach. Information feedback sessions may be offered to respondents after the SSS/CRFI assessments are completed. Technical point of contact is Capt John Machuca, ASC/XRE Bldg 11A, (937)904-5867. This notice may be updated as additional information becomes available. For more information on the "United States Air Force Academy (USAFA) Soaring Program", please contact the AF POCs using the email addresses listed below. AF Points of Contact (POC) for this SSS/CRFI: Beth Eberhart, Contracting Officer, (937)255-7784 elizabeth.eberhart@wpafb.af.mil Capt John Machuca, Program Manager, (937)904-5867 john.machuca@wpafb.af.mil Adam Ladd, Lead Engineer, (937)904-4569 adam.ladd@wpafb.af.mil Verbal questions will NOT be accepted. All questions will be answered via posting answers to this FedBizOps website; except as provided above. Additionally, questions must NOT contain trade secrets or classified information. The Government reserves the right to not address questions received after 3 Aug 2009. 7.0 Summary THIS IS A SOURCES SOUGHT SYNOPSIS (SSS) / CAPABILITY REQUEST FOR INFORMATION (CRFI) ONLY to identify sources and acquisition options to acquire 19 aircraft in support of a non-powered flight program at the USAFA. The information provided in the SSS/CRFI is subject to change and is not binding on the Government. ASC has not made a commitment to procure any of the items discussed, and release of this SSS/CRFI should not be construed as such a commitment or as authorization to incur cost for which reimbursement would be required or sought. All submissions become Government property and will not be returned. ANNEX 1 1.0 MINIMUM AIRCRAFT CHARACTERISTICS: Aircraft must meet all of the minimum characteristics/measurable capabilities listed below. 1.1 Dual Seat Basic Training Glider (14 each). FAA certification is mandatory. Minimum useful load of 440 pounds is mandatory. Basic flight instruments in the front and rear cockpits are mandatory. Must be spin certified. All other requirements are stated below and in the System Capabilities and Characteristics Parameters Matrix. 1.2 Dual Seat Aerobatic Training Glider (5 each). FAA certification is mandatory. Basic flight instruments in the front and rear cockpits are mandatory. Minimum useful load of 440 pounds is mandatory. Must be spin certified. All other requirements are stated below and in the System Capabilities and Characteristics Parameters Matrix. 1.3 System Performance. All missions will be accomplished in day, Visual Meteorological Conditions with up to reported continuous moderate turbulence. Aerobatics and spin training sorties may be limited to reported light to occasional moderate turbulence. Minimum turn time between glider sorties may not exceed 5 minutes. 1.4 Logistics and Readiness. The fleet should be able to meet an 75% fully mission capable rate on any given day (Contract Logistics Support requirement). It should be possible to complete aircraft annual inspections within three man-days, 100-hour or phased inspections within two man-days. 1.5 Maintenance Planning. All maintenance and logistics support must fall under the existing Contract Logistics Support (CLS), USAFA airfield maintenance and fuel contracts. No other programmed support, i.e. depot level maintenance, or Air Force organic maintenance, can be required. For the lifetime of the incoming system it is anticipated that commercial contractors will provide maintenance support. Maintenance schedules must be supplied by the manufacturer and in accordance with FAA certification guidelines. Additionally, 100 hour or phased inspections are desired. The aircraft manufacturer must be capable of providing complete logistics support including spare parts, engineering services and engineering data (in English) throughout the expected service life. 1.6 Support Equipment. Trailers should be available as standard support equipment for gliders. Aircraft must be deployable in trailers towed by ½ ton trucks with standard US ball hitches. All glider maintenance should be accomplished with use of common support equipment (inclusive of hand tools) and provided in sufficient quantities to support all glider maintenance. Development of peculiar support equipment shall be scrutinized and held to an absolute minimum. 1.7 C4I & Other Standardization, Interoperability, and Commonality. Two-way VHF radios with a frequency range of 118.00 to 136.975 MHz selectable in 25 kHz intervals are required. Emergency Locator Transmitters (ELTs) are required in all new aircraft acquisitions and are required to be 406 MHz compliant. Transponders (IFFs) are required in all new aircraft acquisitions. 1.8 Computer Resources. The glider must be equipped with a flight data recorder capable of interfacing with an existing Personal Computer (PC) based system that has the ability to track and maintain a database of aircraft flying hours for maintenance contract billing purposes. Existing computer capabilities (inclusive of facilities, hardware, software and support) are sufficient to support all requirements of the new gliders procured under the Soaring Program. No new or additional computer resources will be required. 1.9 Human Systems Integration 1.9.1 Gliders must be operable by non-rated Air Force personnel who meet the minimal medical screening requirements for incentive flights. A 440-pound minimum useful load is required to allow heavier cadets to participate in the program. A useful load of 440-pounds allows a nominal 180-pound instructor to fly with a student as heavy as 260 pounds. Additionally, objective weights allow us to include all cadets from the 5th percentile female to the 95th percentile male. 1.10 Other Logistics and Facilities Considerations. All aircraft will be based at the USAF Academy and housed in existing hangars. Current facilities, supplied and supported by the USAF, house the existing glider fleet and are sufficient to house the new fleet. No new infrastructure is required. The maintenance contractor will use existing or developed FAA-approved maintenance manuals. The maintenance contractor with direct consultation of the manufacturer will accomplish any requirement for specialized maintenance training. Maintenance support of the gliders will be accomplished by licensed A&P mechanics (released to fly after annuals by A&Ps with Inspector Authorization.) No specialized maintenance technical orders can be required. No new military occupational specialties can be required. All aircrew training will be organic to the 306th Flying Training Group. Trailers should be weather resistant and capable of outside storage in Colorado with no significant corrosion or maintenance support. 1.11 Geospatial Information and Services. Sectional Aeronautical Charts meet all cartographic requirements. 1.12 Natural Environmental Support. State-of-the-science weather support is required to optimize mission effectiveness while minimizing risk to resources and personnel. All airfield weather observation, forecasting, and aircrew briefing requirements are met by the current USAFA Airfield Contract weather support. A contract will be in effect throughout the projected lifetime of the new aircraft and is a cost-effective way to satisfy the environmental support requirements. 1.13 Seat design should be flexible enough to allow pilots to fly with or without parachutes, as applicable, and still be able to operate flight controls. System Capabilities and Characteristics Parameters Dual Basic Training Glider Dual Aerobatic Training Glider 1. FAA Certification Utility category, Sailplane Aerobatic category, Sailplane 2. Configuration Tandem cockpit, flight controls front and rear, Five point harness system Wingtip wheels Tandem cockpit, flight controls front and rear Five point harness system Wingtip wheels Configured with smoke canister ignition and wingtip mounting system with instrument panel mounted activation switch. 3. Payload capability Minimum 440 lbs total crew capacity Minimum 440 lbs. total crew capacity 4. Instrumentation Basic Flight Instruments, front and rear cockpits to include at a minimum airspeed indicator, altimeter, vertical velocity indicator, g-meter. VHF radio (front cockpit) Downloadable flight data recorder system 406 MHz ELT Transponder Basic Flight Instruments, front and rear cockpits to include at a minimum airspeed indicator, altimeter, vertical velocity indicator, g-meter. VHF radio (front cockpit) Downloadable flight data recorder system 406 MHz ELT Transponder 5. Performance Noticeable and consistent stall warning cues, consistent spin entry and recovery characteristics achievable at all center of gravity positions for flight. (primary spin trainer) Capable of all flight maneuvers required for FAI unlimited category aerobatic competition on single sortie
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/HSGYASK/FA8617-10-R-6185/listing.html)
 
Place of Performance
Address: USAFA, 306 Flying Training Group, 9207 Airfield Dr., USAFA, Colorado, 80840, United States
Zip Code: 80840
 
Record
SN02149429-W 20100515/100513235734-a451b3ec254057bad5bec0048742ec4a (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.