USMC C-40 Aircraft Procurement
The Naval Air Systems Command (NAVAIR), Tactical Airlift Program Office, Patuxent River, MD is conducting a market survey to identify potential business sources who have the resources, capabilities, a... The Naval Air Systems Command (NAVAIR), Tactical Airlift Program Office, 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 two (2) United States Marine Corps (USMC) C-40 aircraft (Boeing 737 Series) by a desired date of August 2020. 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, and statement of work for this effort. PURPOSE: This SSS/RFI is to gather comments and potential sources for purchasing two (2) USMC C-40 aircraft. Aircraft main deck cabin area should be configurable for all passenger or all 463L (HCU-6/E) palletized-cargo. The USMC C-40 aircraft should be compatible with the United States Navy (USN) C-9 Replacement aircraft, the C-40A, and its requirements to include training and sustainment lifecycle support strategy. The Government will consider both new and used aircraft in this market survey. BACKGROUND: The Navy's C-9 Replacement aircraft is the Boeing 737-700C aircraft and is designated as a C-40A aircraft. Operated and maintained by the Naval Air Forces Reserve Command, these aircraft provide long-range, high-priority logistical airlift support of fleet activities. The C-40A is certified to operate in three configurations: an all-passenger configuration that can carry 121 passengers, an all-cargo configuration of eight 463L (HCU-6/E) cargo pallets, or a combination of three 463L (HCU-6/E) cargo pallets and 70 passengers with a range of 3,200 of nautical miles. REQUIREMENTS: The Government is seeking a commercial, non-developmental item, Federal Aviation Administration (FAA) certified intercontinental range, commercial passenger transport. Avionics systems must 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 must perform a variety of missions with durations from just a few hours for local flights to extended overseas missions that could last weeks. CERTIFICATION: The aircraft must be certified in accordance with 14 Code of Federal Regulations (CFR) 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. AIRCRAFT INTERIOR CONFIGURATIONS: Interior configurations should be reconfigurable from all passengers (desired capacity of no less than 121 passengers) or all cargo (desired capacity of no less than 36,000 pounds of 463L (HCU-6/E) palletized cargo). All configurations must accommodate two pilots and two crew chiefs, and one load master. NOTE 1: The current C-40A fleet is capable of a combination configuration (combination passenger and cargo). Three 463L (HCU-6/E) palletized cargo, and up to 70 passengers, 15,000 pounds of palletized cargo. NOTE 2: If your aircraft has an existing FAA certification for a combination capability, please address in your submission. COMMUNICATION SYSTEMS. The communications systems in the proposed aircraft must have the capability to conduct part 91 flight operations in National and worldwide Air Space. The system should allow for growth to meet future global communication requirements. Minimum requirements include HF, VHF, SELCAL, Satellite Communications Systems and a Cockpit Voice Recording System. NAVIGATION SYSTEMS: Aircraft must be equipped with dual, independent, commercial Flight Management System (FMS). The FMS must not limit the aircraft from conducting worldwide military and civil flight operations. The system should allow for growth to meet future global navigation requirements. The aircraft must have Dual Inertial Navigation Systems (INS) capability which is integrated into the multi-sensor navigation system solution and has automatic radio navigation updating position through the FMS SAFETY SYSTEMS: The aircraft must be equipped with an integrated Ground Proximity Warning System, Predictive wind shear capability, Traffic Collision Avoidance System and aircraft must be certified for flight operations in RVSM airspace worldwide. CLOSING STATEMENT. The Government is seeking a commercial FAA certified C-40 aircraft (Boeing 737series) that will meet the long-range, high-priority logistical airlift support mission requirements. The contractor shall deliver an aircraft that meets all of the airworthiness requirements set forth by the FAA for this aircraft to operate under Part 91. The contractor shall include the following documentation: 1. Full set of aircraft logbooks that will demonstrate the Maintenance program is in compliance with 14 CFR 25.1529, 25.571, 43.16 and 91.403. 2. Aircraft equipment list for the aircraft in its current configuration. 3. Current Airworthiness Directive Compliance List for airframe, engines and appliances. 4. List of all installed Supplemental Type Certifications. 5. List of all life limited components by P/N and S/N, installation date, hours, cycles and current life status. SUBMISSION CONTENT: Written responses to this SSS/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 to include a notional schedule range for aircraft delivery indicating the achievable dates and supportability requirements. 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. e) SUBMISSION INFORMATION: Interested offerors shall respond to this SSS/RFI no later than 5:00 PM (Eastern) on 18 December 2018. All interested offerors must be registered in Central Contractor Registry (CCR) to be eligible for award of Government contracts. Interested offerors shall email responses as well as provide two hard copies. Electronic responses shall be submitted in Microsoft Word or Microsoft Excel format, or Portable Document Format (PDF). Submit responses to the following: Email: Ronald.a.hickman@navy.mil and megan.e.spence1@navy.mil Mail/FEDEX: Naval Air Systems Command Attn: Ron Hickman 21936 Bundy Rd. Bldg 442 Rm 108 Patuxent River, MD 20670 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 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.
Links ()
Attachments ()
Data sourced from SAM.gov.
View Official Posting »