Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 19, 2010 FBO #3282
SPECIAL NOTICE

16 -- AvFID Market Analysis - Aircraft - Request for Information

Notice Date
11/17/2010
 
Notice Type
Special Notice
 
NAICS
336411 — Aircraft Manufacturing
 
Contracting Office
Other Defense Agencies, U.S. Special Operations Command, Headquarters Procurement Division, 7701 Tampa Point Blvd, MacDill AFB, Florida, 33621-5323
 
ZIP Code
33621-5323
 
Solicitation Number
AvFIDAircraftRFI
 
Point of Contact
Madeline Y. Baumgartner,
 
E-Mail Address
madeline.baumgartner@socom.mil
(madeline.baumgartner@socom.mil)
 
Small Business Set-Aside
N/A
 
Description
Aviation Foreign Internal Defense Market Analysis - Aircraft Description 1. This Request for Information (RFI) is issued for information purposes only and neither constitutes a solicitation nor a commitment by the government to award a contract now or in the future. Submitting information for this RFI is voluntary, and participants will not be compensated. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. 2. USSOCOM/SORDAC Program Executive Office for Fixed Wing (PEO-FW) is soliciting information to identify possible sources for twin-engine multi-role aircraft. 3. The USG has particular interest in purchasing 16 commercial aircraft (new or used). Proposed aircraft that do not meet all of the requirements below may be modified after the USG takes possession of the aircraft. That modification is the subject of a separate request for information. 4. Respondents to this RFI should describe their candidate aircraft's capability to meet and/or exceed the following objectives: a. Survivability. Multiple engines. b. Short Take Off and Landing (STOL). Take off and landing from 1,500 ft on a Standard Day and clear a 50 ft obstacle with 1,500 lb mission payload for 150 NM. c. Operating from semi-prepared surfaces. Take-off and land from semi-prepared grass, dirt and/or gravel runways. d. On Load/Off Load. Rear or side aft cargo door and/or ramp to facilitate and expedite the on load/off load of cargo and personnel with engines running during ground operations e. Airdrop. Inflight operable ramp/door to support an airdrop capability to include pallets, bundles, personnel or precision delivery systems f. Night Vision Goggle (NVG) compatibility g. Aircraft Availability. Sustaining 48 flying hours and 80% MC rate per month when deployed and 64 flying hours and 80% MC rate per month at home station h. Payload. Minimum 2800 lb payload, does not include aircrew. i. Range. Carry a payload of 2,800 lb 500 NM non-stop and unrefueled @ 8,000 ft MSL Standard Day with 45 minute fuel reserve. j. Loiter. Loiter at 8,000 ft MSL Standard Day with a payload of 1,500 lbs for an un-refueled sortie time of 6 hours. k. Passengers. Carry eight, in addition to pilot/co-pilot/loadmaster aircrew. l. Icing. Fly in icing conditions up to moderate 5. In particular, the government is interested in the following information: a. Aircraft external and internal cabin dimensions. b. The capability your system can provide. Provide a technical description of the solution to include details of the airframe, subsystems, and the associated schedule and cost. c. Unit cost for 16 aircraft. d. A proposed schedule of delivery showing the time between the order and delivery of the first aircraft and subsequent aircraft. e. Description, availability, and cost information (if applicable) of the following: i. Cargo handling ii. Initial maintenance training and aircrew training up to type certification. iii. Contractor logistics support after sale, to include supply management, component overhaul/repair, and aircraft overhaul iv. Training devices/programs v. vi. Recommended spares package Reconfigurable cabin, capable of cargo, passenger and medical evacuation missions vii. Modular EO/IR system viii. Auxiliary fuel tanks ix. CNS/ATM compliance x. Avionics to include Global Positioning Systems (GPS), dual VOR/DME, dual ADF, radar altimeter (pilot and copilot), marker beacon receiver system, glide slope and localizer receiver system, and weather radar. xi. Airframe xii. Peculiar support equipment xiii. Operating cost xiv. Technical orders (if not included in the aircraft cost) f. Effects of 3rd party modifications on the manufacturer's ability to provide overhaul maintenance. g. Reliability data h. Fuel burn rate at 8,000' MSL standard day with a payload of 1500lbs. i. Manufacturers experience working with modified versions of its own aircraft j. FAA and ICAO airworthiness certification of your proposed solution. 6. Responses to this RFI shall be limited to 50 pages in length, not including the cover page or exhibits (including pictures within the text). Do not submit classified data. Responses shall be submitted in an electronic format as an e-mail attachment. Either a PDF or Microsoft Word formatted attachment is acceptable. The responses may also be submitted on CD-ROM in either of the same two formats with no macros. If the data contains proprietary/competition sensitive material, including the CD and the cover label should be marked ‟Proprietary/Competition Sensitive Material". Proprietary/competition sensitive material will be protected from disclosure. 7. This notice is part of Government Market Research, a continuous process for obtaining the latest information on the ‘art of the possible' from industry with respect to their current and near-term abilities. The information collected may be used by the Government to explore future strategies for the possible uses of platforms within the military. Information received as a result of this request will be considered as sensitive and will be protected as such. Any company proprietary information contained in the response shall be separately marked. Any proprietary information received in response to this request will be properly protected from any unauthorized disclosure. The Government will not use proprietary information submitted from any one firm to establish the capability and requirements for any future systems acquisition, so as to not inadvertently restrict competition. 8. Responses to questions from interested parties will be promptly answered and provided equally to all interested parties unless some release of proprietary information is involved or the answer addresses a question peculiar to a Company or that Company's response. One-on-one information sessions with respondents are not contemplated 9. Your response must be received no later than 3 Dec 2010. Responses should be sent to USSOCOM/SORDAC-KI, Madeline Baumgartner (e-mail: madeline.baumgartner@socom.mil), 7701 Tampa Point Blvd, MacDill AFB, FL 33621-5323
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/ODA/USSOCOM/SOAL-KB/AvFIDAircraftRFI/listing.html)
 
Place of Performance
Address: Not Applicable, United States
 
Record
SN02328836-W 20101119/101117234116-18a8c81d357c25bd9acbc7cafe611c24 (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.