Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2011 FBO #3479
SOURCES SOUGHT

15 -- Purchase of C-40A Aircraft

Notice Date
6/2/2011
 
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, Maryland, 20670, United States
 
ZIP Code
20670
 
Solicitation Number
NA-2011-01
 
Archive Date
6/24/2011
 
Point of Contact
James M Smith, Phone: 240-725-7531
 
E-Mail Address
james.m.smith@navy.mil
(james.m.smith@navy.mil)
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR), Commercial Derivative Aircraft Contracts Division (AIR-2.3.5.1), Patuxent River, MD is conducting a market survey to identify potential business sources who have the resources, capabilities, and experience to successfully procure and deliver one C-40A aircraft. NAVAIR intends to use the information provided in response to this Sources Sought Synopsis/ Request for Information (SSS/RFI) to aid in refining its acquisition strategy, budget assumptions, statement of work, and delivery schedule for this effort. The applicable North American Industry Classification System (NAICS) Code for this requirement is 336411. Businesses primarily engaged in NAICS Code 441229 may also submit responses to this Sources Sought Synopsis. PURPOSE: This SSS is to gather comments and potential sources for purchasing a C-40A aircraft. BACKGROUND: The USN has a program of record for 17 C-40A aircraft that are operated and maintained by the Naval Air Forces Reserve Command. The Navy designated C-40A aircraft is a 737-700C convertible/combi aircraft that provide the Navy's medium range aircraft support to Naval Forces (Navy and Marine Corps). Current inventory includes 11 C-40A aircraft that have been delivered and one additional aircraft that is scheduled for delivery in October of 2011. The USN has an immediate requirement for one additional C-40A aircraft. Additional C-40A aircraft will be procured pending availability of funding. KEY PERFORMANCE PARAMETERS/MINIMUM CAPABILITIES: The key performance parameters for this procurement are listed below: Commercial, non-developmental item, Federal Aviation Administration (FAA) certified intercontinental range, commercial passenger transports are required. Avionics systems shall be compatible with the most current FAA and International Civil Aviation Organization (ICAO) standards for airborne Communication, Navigation and Surveillance - Air Traffic Management (CNS-ATM) functions. The aircraft will have a variety of missions with durations from just a few hours for local flights to extended overseas missions that could last weeks. The desired aircraft is a FAA Type Certified Boeing 737-700C Increased Gross Weight (IGW) aircraft consistent with the configuration of the current C-40A fleet. Additionally, a new or used FAA Type Certified Next Generation Boeing 737 aircraft will be considered as a possible substitute if price and performance considerations are acceptable to the government. The aircraft must be certified in accordance with Federal Aviation Regulations (FAR) Part 25 (airworthiness standards) and certified for 180 minutes of Extended Twin Engine Operation (ETOPS). The expected usage of each of the aircraft is approximately (1,600) hours per year per aircraft. Current Interior Configurations: Interior configuration consists of all passengers (121 passengers), three cargo pallets and 70 passengers or eight pallets (all cargo). All configurations include two pilots and one crew chief, and one load master if required. Combi modifications shall provide separate removal and installation of carpet, seats and Cargo Handling System forward of station 578. The current Combi modification adds aft air-stairs, main deck fire suppression, smoke barriers, emergency equipment, and grill components. Supplemental Type Certificate (STC) Configuration: The aircraft must be configured with the following STC modifications installed: STC # TITLE ST00845SE HGS Model 4000 ST00865WI-D Combi Configuration ST00830SE Winglets ST01143LA Aft Air-stairs Navy Unique Configuration: The aircraft must be configured with the following Navy unique items installed and included on the Type Certificate: IFF Transponder (APX-119) TACAN Transceiver TACAN Panel ARC-210 Transceiver ARC-210 Control Panel Range. The aircraft shall be capable of an un-refueled, no wind range of 3,200 nautical miles with 121 passengers, or 36,000 pounds main deck cargo, or 70 passengers / 15,000 pounds main deck cargo. Flight Characteristics. Normal cruise speed 0.78 Mach minimum. The aircraft shall be capable of achieving Flight Level (FL) 310 within 30 minutes after a maximum gross weight takeoff. Operating ceiling is 41,000 feet. Flight Deck. The flight deck shall be equipped with two pilots, one flight engineer and one observer position. Each position shall have access to crew oxygen, intercom, and all command communications systems. Galley. Galley(s) should be located in the passenger cabin to provide convenient and rapid service to the passengers. Generally, they are installed in the cabin adjacent to the forward and aft galley service doors. The galley should consist of high speed ovens, hot beverage containers, hot cup receptacles, and refrigeration and main storage compartments. Electrical control operation (on/off switches and circuit breakers) of the galley shall be located within the galley area. Storage space, miscellaneous drawers and waste container shall also be part of the galley area. Communication. The aircraft shall have the capability to communicate in accordance with Future Air Navigation System (FANS-1/A) via VHF Digital Link (VDL Mode 2) and SATCOM with ATC functionality such as Air Traffic Facilities notification, Auto dependent surveillance-contract, Controller/Pilot data-link communication. Flight Management System (FMS). Dual, independent, commercial FMS are required. The FMS, by design, must not limit the aircraft from worldwide military and civil flight operations. The system shall be compatible with or upgradeable to the most current FAA and ICAO standards for airborne Communication, Navigation, and Surveillance and Air Traffic Management (CNS-ATM) functions. The system shall allow for growth to meet future global navigation requirements. Dual Inertial Navigation Systems (INS) are required. The INS shall be integrated into the multi-sensor navigation system solution and shall have automatic radio navigation updating position through the FMS. Radio navigation aid capabilities must be integrated into the multi-sensor navigation system solution. Tactical Navigation (TACAN). The aircraft must be capable of navigating and flying a non precision approach using an X and Y channel TACAN. Ultra-High Frequency (UHF)/Amplitude Modulation (AM) Radio. A UHF/AM radio is required and shall be operable with aircraft battery power for up to 30 minutes. UHF/AM radio equipment shall be compatible for wideband secure and Line-Of-Sight (LOS) non-secure and secure voice operations (Secure voice capability not required in cockpit). The UHF/AM equipment shall be capable of continuous monitoring of UHF Guard frequency. Very High Frequency (VHF) Omni-directional Range (VOR). Aircraft must be capable of navigating and flying non-precision approaches using VOR. Dual VOR receivers are required. The VOR receivers must be immune to frequency modulation (FM) broadcast emissions, as defined in ICAO Annex 10, Volume I. Integration with the FMS is required. High Frequency (HF). Dual HF with Selected Call (SELCAL) is required. Ground Based Augmentation Landing System (GLS). Aircraft must be capable of navigating and flying precision approaches using GLS. Terrain Avoidance and Warning System (TAWS). Newest generation ground proximity warning system with a look-ahead capability based on a terrain database, obstacle database, Runway Awareness and Advisory System and associated display is required. Digital Radar/Wind-Shear Warning. State-of-the-art multicolor digital radar with predictive wind-shear is required and shall meet appropriate FAA directives. Traffic Alert and Collision Avoidance System (TCAS). TCAS II must satisfy FAA Technical Service Order (TSO) C-119c and must meet Version 7.1 requirements. Reduced Vertical Separation Minimal (RVSM). The aircraft shall be certified for flight operations in RVSM airspace worldwide. Cockpit Voice Recorder (CVR). A CVR that satisfies FAA TSO C-123a is required. Data link Recorder. A Data link recording channel allows Controller Pilot Data Link Communications (CPDLC) messages to be captured on the CVR. Flight Data Recorder (FDR). A FDR that satisfies FAA TSO C-124a is required. Emergency Locator Transmitter (ELT). The aircraft must be equipped with an ELT that operates simultaneous at 121.5 MHz (for line of sight detection) and 406 MHz (for satellite detection). The ELT shall comply with FAA TSO C-126, and the Underwater Locating Devices (Acoustic) (Self-Powered) shall comply with FAA TSO C-121a. Global Positioning System (GPS). Dual integrated GPS systems with Standard Positioning Service (SPS) and Precise Positioning Service (PPS) functionality are required. TSO C-145c (Airborne Navigation Sensors Using the Global Positioning System Augmented by the Satellite Based Augmentation System) must be integrated into the FMS and Advisory Circular 20-138b (Airworthiness Approval of Positioning and Navigation Systems) provides guidance material for the airworthiness approval. PPS functionality to the Dual INS is required. The INS avionics system shall allow switching between SPS and PPS without zeroing the GPS Keys and without the loss of the GPS navigation solution. Very High Frequency (VHF). The aircraft shall have dual 8.33 kHz VHF voice capability in accordance with ICAO Standards and Recommended Practices (SARPs) Annex 10 or later, and maintain the ability to utilize 25 kHz channel spacing. It must also have VHF digital link mode 2. Paint. The aircraft paint scheme and color shall be in accordance with a paint scheme agreed to by the United States Navy. Exterior Lighting. Commercial standard exterior lighting is required. Physical Security. Provisions to protect aircraft against unauthorized entry are required. Environmental, Safety and Occupational Health (ESOH) and Other System Characteristics. The aircraft must meet the appropriate commercial system requirements for ESOH and safety. Electromagnetic Compatibility. Electronic equipment added to the aircraft shall consider Electromagnetic Environmental Effects. Each system shall operate in its intended operational electromagnetic environment without suffering or causing unacceptable performance degradation due to electromagnetic interference from other equipment in the same environment. Life Support Equipment. All passenger and crew life support equipment shall be FAA certified. SUBMISSION CONTENT: Written responses to this RFI are requested to be no more than 10 single-spaced, 8.5 x 11 inch pages using 12 point Times New Roman font minimum. If the material provided contains proprietary information, please mark accordingly and provide disposition instructions (submitted data will not be returned). Classified material shall not be submitted. The response should include, but is not limited to, the following: a) A one page company profile to include Small Business Administration (SBA) business size classification (i.e. large, small, small disadvantaged, service disabled, veteran owned, HUB Zone, etc.), number of employees, Cage Code, DUNS number, NAICS Code, major products, primary customer base, statement on whether your interest in this sources sought is for the purpose of becoming the prime offeror or to inquire about subcontracting possibilities, and points of contact who are able to discuss the material submitted. Companies should indicate whether they are a manufacturer or non-manufacturer, based on the regulation contained in FAR 19.102(f). b) A description of your company's past experience and performance of similar contracts for aircraft procurement, including whether any of these have CPARs ratings. This description shall address and demonstrate, through prior and/or current experience, an understanding of, at a minimum, the following: (1) Aircraft Procurement (2) System Integration and (3) Program Management. c) A summary of your company's capability and approach to meet the requirement and provide a notional schedule range for aircraft delivery indicating the achievable dates. In addition, provide feedback on any of the Government's objectives which may unnecessarily drive schedule and/or cost. Indicate how those objectives may be tailored to improve schedule or reduce cost. d) Any other information your company deems necessary to aid the Government in refining its acquisition strategy and assessing your company's capability. SUBMISSION INFORMATION: Interested offerors shall respond to this SSS/RFI no later than 10:00 AM (Eastern) on 20 June 2011. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors may mail, fax, or email responses; EMAIL IS THE PREFERRED METHOD FOR SUBMITTING RESPONSES TO THIS SYNOPSIS. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: Email: james.m.smith@navy.mil Fax: (240) 725-7531 Mail/FEDEX: Naval Air Systems Command Attn: Mr. Jim Smith, AIR-2.3.5.1, 21487 Great Mills Rd. Building CAB III, Suite B Lexington Park, MD 20653 THIS IS A SOURCES SOUGHT SYNOPSIS REQUESTING INFORMATION ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. NO CONTRACT SHALL BE AWARDED FROM THIS SYNOPSIS. It is a market research tool being used to determine the availability, capability, and adequacy of potential business sources for preliminary planning purposes. There is no solicitation document available; nor are proposals are being requested or accepted. The Government is not obligated to and will not pay for any costs associated with the information received from potential sources as a result of this synopsis, oral presentations, or any follow up requests for information. Any information provided by respondents to this synopsis is strictly voluntary. It is not to be construed as a commitment by the Government. The information provided herein is subject to change and in no way binds the Government to solicit for or award a contract. If a solicitation is released, it will be synopsized on the Federal Business Opportunities website located at https://www.fbo.gov. It is the potential offerors' responsibility to monitor this site for the release of any follow-on information.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N00019/NA-2011-01/listing.html)
 
Record
SN02462868-W 20110604/110602235114-bae44a0e362af9d4e508493b901d2321 (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.