UC-12W KING AIR B360CER AIRCRAFT PROCUREMENT

Agency: DEPT OF DEFENSE
State: Federal
Level of Government: Federal
Category:
  • 15 - Aircraft and Airframe Structural Components
Opps ID: NBD00159514123535510
Posted Date: Apr 19, 2024
Due Date: May 6, 2024
Solicitation No: N00019-24-RFPREQ-APM207-0049
Source: Members Only
Follow
UC-12W KING AIR B360CER AIRCRAFT PROCUREMENT
Active
Contract Opportunity
Notice ID
N00019-24-RFPREQ-APM207-0049
Related Notice
Department/Ind. Agency
DEPT OF DEFENSE
Sub-tier
DEPT OF THE NAVY
Major Command
NAVAIR
Sub Command
NAVAIR HQS
Office
NAVAL AIR SYSTEMS COMMAND
Looking for contract opportunity help?

APEX Accelerators are an official government contracting resource for small businesses. Find your local APEX Accelerator (opens in new window) for free government expertise related to contract opportunities.

APEX Accelerators are funded in part through a cooperative agreement with the Department of Defense.

The APEX Accelerators program was formerly known as the Procurement Technical Assistance Program (opens in new window) (PTAP).

General Information
  • Contract Opportunity Type: Sources Sought (Original)
  • All Dates/Times are: (UTC-04:00) EASTERN STANDARD TIME, NEW YORK, USA
  • Original Published Date: Apr 19, 2024 08:26 am EDT
  • Original Response Date: May 06, 2024 04:00 pm EDT
  • Inactive Policy: Manual
  • Original Inactive Date: May 06, 2024
  • Initiative:
    • None
Classification
  • Original Set Aside:
  • Product Service Code: 1510 - AIRCRAFT, FIXED WING
  • NAICS Code:
    • 336411 - Aircraft Manufacturing
  • Place of Performance:
    USA
Description

INTRODUCTION



The Naval Air Systems Command (NAVAIR) Tactical Airlift Program Office (PMA-207), Patuxent River, MD is conducting market research to identify potential business sources who have the resources, capabilities and experience to procure and deliver three (3) new United States Marine Corps (USMC) UC-12W King Air B360CER aircraft by 31 March 2028.



The results of the Sources Sought will be utilized to determine if any Small Business Set-Aside opportunities exist. All Small Business Set-Aside categories will be considered.





PROGRAM BACKGROUND



The UC-12 aircraft are Federal Aviation Administration (FAA) type-certificated, commercial-derivative aircraft modified with Navy and Marine Corps required items, supported and maintained in accordance with Federal Aviation Regulations (FAR), Original Equipment Manufacturers (OEM), and Naval Air Forces Instructions. The aircraft provide on-call, rapid response, cargo and passenger transportation as well as forward-deployed logistics support. The UC-12 Type/Model/Series (T/M/S) aircraft, manufactured by Textron Aviation as Model 200 Series (military-designated UC-12F/M) and Model 350 Series (designated UC-12W), are high-performance, fixed-wing, pressurized, twin-engine turboprops that accommodate a pilot, co-pilot, up to nine passengers, cargo, or a combination of passengers and cargo.





REQUIREMENTS



The Government is seeking three (3) new United States Marine Corps (USMC) UC-12W King Air B360CER aircraft equipped with the following kits and capabilities:



· King Air 360 with extended range fuel tanks and heavy weight certification



· Chart Extension (Collins Aerospace CHTX-3500 software key)



· Oceanic Package (2nd GPS & HF-9000 with Selective Calling (SELCAL)



· L-3 Communications MADRAS (Modular Airborne Data Recording/Acquisition System) 88 Parameter Solid State Digital Flight Data Recorder



· 24” extended pedestal



· Brake Deice – using engine bleed air



· 52 inch by 49 inch hinged cargo door on the aft left side with the entry door incorporated



· Kit Number J130-4008 – Gravel Runway Kit



· Kit Number 130-4036 – Nose Ballast Kit



· Kit Number 130-6001 – Life Raft Tie Down Kit



· Kit Number 130-8004 – Increased Gross Weight (17.5K) Kit



· Kit Number 130-5117 – Legacy Control Wheel Kit



· Kit Number 130-3075 – Avionics Rack



· Kit Number 130-3052 – TACAN



· Kit Number 130-3082 – Stormscope Mod 6



· Kit Number 130-3040 – Aircraft Survivability Equipment A kit



· Kit Number 130-3032 – Aircraft Survivability Equipment B Kit



· Kit Number 130-3030 – Aircraft Survivability Equipment Electrical



· Kit Number 130-3071 – APX 119-0530



· Kit Number 130-5112 – Interior Configuration



· Kit Number 130-3039 – 3rd Crew Audio



· Kit Number 130-3034 – ARC-210 Gen 6 Radio System with Mobile User Objective System



· Kit Number 130-3090 – Phase 3 Upgrade Kit



· Kit Number 130-3091 – Aural Tone Warning



· Kit Number 130M341000 – Digital Flight Data Recorder (DFDR)



· Kit Number 130-4004 – Special Missions Dual Aft Strakes



· Supplemental Type Certificate SA03114CH Cargo Equipment Installation for Hawker Beechcraft 300 Series Aircraft



· Supplemental Type Certificate SA00114MC – 3rd Chaff-Flare Dispensing System



· Supplemental Type Certificate SA11135SC – Flight Data Acquisition, Storage, and Transmission (FAST)



· Supplemental Type Certificate for Controller Pilot Data Link Communication



· Supplemental Type Certificate SA00294BO – Night Vision Imaging System



· Supplemental Type Certificate ST02752SE Star Link WiFi High Speed Internet Connectivity



· ICG Next Link ICS-220A Satellite Phone





ELIGIBILITY



The applicable NAICS code is 336411 with a size standard in number of employees of 1,500. The Product Service Code (PSC) is 1510 Aircraft, Fixed Wing. Businesses of all sizes are encouraged to respond; however, each respondent must clearly identify their business size in their capabilities statement. All vendors must be registered in Systems for Award Management (SAM) Database with its Unique Entity Identifier (UEI) and Commercial And Government Entity (CAGE) Code to conduct business with the Department of Defense.





SUBMISSION DETAILS



Interested contractors' responses to this Sources Sought Notice (SSN), including any capabilities statement, shall be electronically submitted in Microsoft Word or Portable Document Format (PDF) to the Contract Specialist at rebecca.l.grubb7.civ@us.navy.mil no later than 1600 Eastern Standard Time on 6 May 2024. All responses shall include the Company name, address, Cage Code, UEI, and business size and shall identify points of contact by name, telephone number, and email address. All attached documents shall reference this SSN number.





DISCLAIMER



THIS SOURCES SOUGHT IS FOR INFORMATIONAL PURPOSES ONLY. THIS IS NOT A REQUEST FOR PROPOSAL. IT DOES NOT CONSTITUTE A SOLICITATION AND SHALL NOT BE CONSTRUED AS A COMMITMENT BY THE GOVERNMENT. RESPONSES IN ANY FORM ARE NOT OFFERS AND THE GOVERNMENT IS UNDER NO OBLIGATION TO AWARD A CONTRACT AS A RESULT OF THIS ANNOUNCEMENT. NO FUNDS ARE AVAILABLE TO PAY FOR PREPARATION OF RESPONSES TO THIS ANNOUNCEMENT. ANY INFORMATION SUBMITTED BY RESPONDENTS TO THIS TECHNICAL DESCRIPTION IS STRICTLY VOLUNTARY.


Attachments/Links
Contact Information
Contracting Office Address
  • NAVAL AIR SYSTEMS CMD HEADQUARTERS NAVAL AIR STATION
  • PATUXENT RIVER , MD 20670-5000
  • USA
Primary Point of Contact
Secondary Point of Contact
History
  • Apr 19, 2024 08:26 am EDTSources Sought (Original)

TRY FOR FREE

Not a USAOPPS Member Yet?

Get unlimited access to thousands of active local, state and federal government bids and awards in All 50 States.

Start Free Trial Today >