Presidential Aircraft Recapitalization

Similar documents
COMPLIANCE WITH THIS PUBLICATION IS MANDATORY

UNCLASSIFIED. FY 2017 Base FY 2017 OCO

DEPARTMENT OF CIVIL AVIATION Airworthiness Notices EXTENDED DIVERSION TIME OPERATIONS (EDTO)

Advisory Circular. 1.1 Purpose Applicability Description of Changes... 2

Department of Defense DIRECTIVE

[Docket No. FAA ; Directorate Identifier 2005-NM-056-AD; Amendment ; AD ]

FAA Technical Documentation Requirements

[Docket No. FAA ; Directorate Identifier 2006-NM-204-AD; Amendment ; AD ]

2. CANCELLATION. AC 39-7B, Airworthiness Directives, dated April 8, 1987, is canceled.

ARINC Project Initiation/Modification (APIM)

CIVIL AVIATION PUBLICATION CAP 08 CERTIFICATE OF AIRWORTHINESS

SAN JOSE CAPITAL OF SILICON VALLEY

Non-Group RVSM Certification Presentation Topics

UNCLASSIFIED. FY 2016 Base FY 2016 OCO FY 2016 OCO. FY 2016 Base

DOD STATEMENT OF INTENT

Report to Congress Aviation Security Aircraft Hardening Program

U.S. DEPARTMENT OF TRANSPORTATION FEDERAL AVIATION ADMINISTRATION National Policy

EUROPEAN MILITARY AIRWORTHINESS REQUIREMENTS EMAR 21 SECTION A

C O L L A T E R A L V E R I F I C A T I O N S, L L C SPECIAL AIRCRAFT REPORT -BOMBARDIER CRJ-200LR- APRIL 2013

COMPLIANCE WITH THIS PUBLICATION IS MANDATORY

Aero Design Battery Shop

Advanced Flight Control System Failure States Airworthiness Requirements and Verification

[Docket No. FAA ; Directorate Identifier 2007-NM-047-AD; Amendment ; AD ]

[Docket No. FAA ; Directorate Identifier 2006-NM-178-AD; Amendment ; AD ]

EUROPEAN MILITARY AIRWORTHINESS REQUIREMENTS. EMAR 21 (SECTION A and B)

COVER SHEET. Reduced Vertical Separation Minimum (RVSM) Information Sheet Part 91 RVSM Letter of Authorization

[Docket No. FAA ; Directorate Identifier 2003-NM-224-AD; Amendment ; AD ]

Amendment Docket No. FAA ; Directorate Identifier 2006-NM-164-AD

[Docket No. FAA ; Directorate Identifier 2005-NM-222-AD; Amendment ; AD ]

Subpart H. 2042/2003

AERODROME SAFETY COORDINATION

EUROPEAN MILITARY AIRWORTHINESS DOCUMENT EMAD 1 DEFINITIONS AND ACRONYMS DOCUMENT

Non-Group RVSM Certification Process. Anthony C. Wiederkehr FAA DER - Flight Analyst

Directorate General of Civil Aviation Application for Type Certificate (TC)/ Restricted Type Certificate (RTC)

UNCLASSIFIED. UNCLASSIFIED Army Page 1 of 23 P-1 Line #27

For Airport Environmental Services. Date Released: August 27, 2018 Deadline for Submission: 5:00pm, September 17, 2018

UNCLASSIFIED. R-1 ITEM NOMENCLATURE PE F: Communication, Navigation, Surveillance/Air Traffic Management (CNS/ATM) FY 2012 OCO

SOUTH DAKOTA STATE UNIVERSITY Policy and Procedure Manual

AIRWORTHINESS PROCEDURES MANUAL CHAPTER 26. Modifications and Repairs

IMPLEMENTATION PROCEDURES AIRWORTHINESS

EXHIBIT K TERMINAL PROJECT PROCEDURES PHASE I - DEVELOPMENT OF TERMINAL PROGRAM & ALTERNATIVES

[Docket No. FAA ; Directorate Identifier 2005-NM-071-AD; Amendment ; AD ]

Policy Letter (PL) Global Positioning System (GPS) Equipment and Installation Approval

Port of Friday Harbor

[Docket No. FAA ; Directorate Identifier 2013-NM-081-AD] Airworthiness Directives; The Boeing Company Airplanes

UNITED STATES COURT OF APPEALS FOR THE DISTRICT OF COLUMBIA CIRCUIT ) ) ) ) ) ) ) ) ) ) Pursuant to the Court s Order of December 22, 2011, Petitioner

CIVIL AVIATION PUBLICATION CAP 09 MAINTENANCE CONTROL MANUAL

AIRWORTHINESS CERTIFICATION OF AIRCRAFT AND RELATED PRODUCTS. 1. PURPOSE. This change is issued to incorporate revised operating limitations.

SECTION B AIRWORTHINESS CERTIFICATION

[Docket No. FAA ; Directorate Identifier 2006-CE-38-AD; Amendment ; AD ]

SUPERSEDED. [Docket No NE-01-AD; Amendment ; AD ]

[Docket No. FAA ; Directorate Identifier 2012-NM-006-AD; Amendment ; AD ]

Air Operator Certification

UNCLASSIFIED. UNCLASSIFIED United States Special Operations Command Page 1 of 6 P-1 Line #53

Mauritius Civil Airworthiness Requirements. MCAR-Part-21. Certification of Products and Articles and Of Design and Production Organisations

GULFSTREAM AEROSPACE CORPORATION

[Docket No. FAA ; Product Identifier 2017-NM-074-AD; Amendment ; AD ]

COVER SHEET. Reduced Vertical Separation Minimum (RVSM) Information Sheet Part 91 RVSM Letter of Authorization

[Docket No. FAA ; Directorate Identifier 2004-NM-252-AD; Amendment ; AD ]

UNCLASSIFIED. UNCLASSIFIED Air Force Page 1 of 5 P-1 Line #55

[Docket No. FAA ; Directorate Identifier 2007-NM-291-AD; Amendment ; AD R1]

UNCLASSIFIED. FY 2014 FY 2014 OCO ## Total FY 2015 FY 2016 FY 2017 FY 2018

Advisory Circular AC19-1. Test Pilot Approvals 03 July Revision 0

10/2017. General Aviation Job Creation Government Choices. AMROBA inc

CESSNA AIRCRAFT COMPANY

Cargo Certification Process

Executive Summary. MASTER PLAN UPDATE Fort Collins-Loveland Municipal Airport

SUPERSEDED [ U] DEPARTMENT OF TRANSPORTATION. Federal Aviation Administration. 14 CFR Part 39 [66 FR /5/2001]

City of Lafayette. Request for Proposals Municipal Airport Fixed Based Operator

Amendment Docket No. FAA ; Directorate Identifier 2002-NM-12-AD

[Docket No. FAA ; Directorate Identifier 2012-NM-230-AD; Amendment. Airworthiness Directives; The Boeing Company Airplanes

[Docket No. FAA ; Product Identifier 2016-NM-043-AD; Amendment ; AD ]

[Docket No. FAA ; Directorate Identifier 2016-NM-004-AD; Amendment ; AD ]

Comparison on the Ways of Airworthiness Management of Civil Aircraft Design Organization

October 19, Multiple part identification issue. Dear Steve and Terry:

CIVIL AVIATION REQUIREMENT SECTION 2 - AIRWORTHINESS SERIES E PART XI

Department of Legislative Services Maryland General Assembly 2009 Session

PBN Operational Approval The Process. ICAO PBN Operational Approval Course

COMMISSION REGULATION (EU)

AVIATION COMMUNICATION AND SURVEILLANCE SYSTEMS, LLC

SUPERSEDED. [Docket No NM-148-AD; Amendment ; AD ]

[Docket No. FAA ; Directorate Identifier 2010-NM-147-AD; Amendment ; AD ]

REPUBLIC of SAN MARINO CIVIL AVIATION AUTHORITY

AIRCRAFT AIRWORTHINESS STANDARDS FOR CIVIL UNMANNED AIR VEHICLE SYSTEMS

Etihad Airways P.J.S.C.

Criteria for an application for and grant of, or variation to, an ATOL: Financial

THE BOEING COMPANY

Aviation Tax Report. June 30, 2016

[Docket No. FAA ; Product Identifier 2017-CE-049-AD; Amendment ; AD ]

April 3, Subject: Instructions for Continued Airworthiness. To Whom It May Concern:

M7 AEROSPACE LP

[Docket No. FAA ; Directorate Identifier 2014-NM-080-AD; Amendment. AGENCY: Federal Aviation Administration (FAA), DOT.

9/16/ CHG 213 VOLUME 3 GENERAL TECHNICAL ADMINISTRATION CHAPTER 61 AIRCRAFT NETWORK SECURITY PROGRAM

Better regulation for general aviation (update July 2010) July 2010 Better regulation for General Aviation 1

[Docket No. FAA ; Directorate Identifier 2006-NM-001-AD; Amendment ; AD ]

GUERNSEY AVIATION REQUIREMENTS. (GARs) CERTIFICATION OF AIRCRAFT PART 21

AIRWORTHINESS ADVISORY CIRCULAR

TERMS OF REFERENCE Special Committee (SC) 216 Aeronautical Systems Security (Revision 8)

Airworthiness Criteria: Special Class Airworthiness Criteria for the FlightScan

[Docket No. FAA ; Product Identifier 2017-CE-049-AD; Amendment ; AD R1]

Transcription:

Presidential Aircraft Recapitalization Solicitation Number: FA8625-15-C-6599 Agency: Department of the Air Force Office: Air Force Materiel Command Location: AFLCMC/PK - WPAFB (includes PZ, WL, WW, WI, WN, WK, LP, WF, WK) Notice Type: Award Posted Date: September 29, 2016 Original Response Date: Feb 12, 2015 5:00 pm Eastern Original Archive Date: - Original Posted Date: January 28, 2015 Response Date: - Eastern Archiving Policy: Automatic, 15 days after award date Archive Date: - Original Set Aside: N/A Set Aside: N/A Classification Code: 15 -- Aircraft & airframe structural components NAICS Code: 336 -- Transportation Equipment Manufacturing/336411 -- Aircraft Manufacturing Contract Award Date: September 29, 2016 Contract Award Number: FA8625-16-C-6599-P00004 Contract Award Dollar Amount: $16,029,455.00 Contract Line Item Number: 0001 Contractor Awarded Name: The Boeing Company Contractor Awarded DUNS: 039267141 Contractor Awarded Address: 7755 E Marginal Way S Seattle, Washington 98108-4002

United States Synopsis:

Added: Jan 28, 2015 3:22 pm The Air Force intends to issue a solicitation and award a sole source contract to The Boeing Company for the Presidential Aircraft Recapitalization (PAR) Program. The scope of the effort will include the management, design (to include any necessary studies or analyses), integration, modification (including but not limited to structural modifications), test/verification, certification, pre-operational support, and training to deliver up to three Boeing 747-8 aircraft to be Presidential ready. This effort entails a highly complex integration of extensive modifications and numerous subsystems which must seamlessly interface with each other and the 747-8 commercial aircraft systems in order to meet the Presidential "no fail" mission. This solicitation will result in a contract award to reduce program schedule risk by conducting subsystem studies, performing requirements decomposition and analysis on the 747-8 aircraft subsystems and delivering an initial Layout of Passenger Accommodations (LOPA) for the PAR aircraft. As the designer and manufacturer of the commercial 747-8 aircraft, The Boeing Company has the unique capability to perform necessary tasks to provide a Presidential aircraft. Boeing is also uniquely capable of satisfying all Federal Aviation Administration (FAA) certification requirements with the highest confidence to meet the established program operational need date. This unique capability is based on Boeing's exclusively private development of the aircraft and sole ownership of the 747-8 aircraft stress, loads, and aero design data. Boeing declined to sell or otherwise provide the United States Government or other contractors the license rights needed to conduct an adequate competition or to provide additional engineering services in lieu of data rights. The nature of the effort needed to meet PAR Program requirements is such that a non-original Equipment Manufacturer (OEM) attempting the extensive modifications required for a Boeing 747-8 aircraft to meet PAR Program requirements would face significant challenges in securing required FAA Supplemental Type Certificates (STC) without availability of OEM technical data and technical support. Without the OEM's technical data and technical support, a non-oem would be responsible for generating and recreating basic aircraft technical design data. The FAA would require a significant amount of proof in terms of data development, compliance methodology, and reverse-engineering type design data needed to substantiate and certify the modifications required for the PAR Program. Non-OEM reverse engineering type design data introduces significant cost and schedule risk into this program, which would jeopardize having an initial operating capability by 2023. For information on the PAR requirements, please refer to the Sources Sought Synopsis posted by this office to FedBizOpps on 9 Sep 2013, which can be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form& id=904b9445a58553ade5cee5251cb9a41c&tab=core&_cview=1 All responses to the Sources Sought Synopsis were carefully considered and extensive market research was conducted. This is a notice of intent, not a solicitation. The Air Force does not intend to provide any further information on this requirement. Responsible sources, however, may submit a capability statement, proposal, or quotation which shall be considered by the Air Force if received within 15 calendar days of the posting of this notice. Any respondent is to specify in its response whether it is a large business, small business, small disadvantaged business, 8(a) concern, women-owned small business, HUBZone small business, veteran-owned small business or servicedisabled veteran-owned small business. Respondents should also specify whether they are a U.S. or foreign-owned firm. Any responses will be fully evaluated by this office before a final decision is made to solicit and negotiate with only one source in accordance with FAR 6.302-1, "Only One Responsible Source and No Other Supplies or Services Will Satisfy Agency Requirements." The Government is not responsible for any costs incurred by responding to this notice.

Added: Jan 29, 2016 5:08 pm This actual contract award number is FA8625-16-C-6599. An "A" was included in the contract number in this notice due to technical difficulties. The Boeing Company has been awarded a cost plus fixed fee contract for Presidential Aircraft Recapitalization Program Phase 1 Pre-Milestone B Activities. Contractor will conduct activities aimed at improving affordability and reducing program execution risk. These activities will include the definition of detailed requirements and design trade-offs required to support informed decisions. These will lead to a lower-risk engineering and manufacturing development program and lower life cycle costs. This contract is being awarded on a sole-source basis. As the designer and manufacturer of the commercial 747-8 aircraft, The Boeing Company has the unique capability to perform necessary tasks to provide a Presidential aircraft. Boeing is also uniquely capable of satisfying all Federal Aviation Administration (FAA) certification requirements with the highest confidence to meet the established program operational need date. This unique capability is based on Boeing's exclusively private development of the aircraft and sole ownership of the 747-8 aircraft stress, loads, and aero design data. Boeing declined to sell or otherwise provide the United States Government or other contractors the license rights needed to conduct an adequate competition or to provide additional engineering services in lieu of data rights. The nature of the effort needed to meet PAR Program requirements is such that a non-original Equipment Manufacturer (OEM) attempting the extensive modifications required for a Boeing 747-8 aircraft to meet PAR Program requirements would face significant challenges in securing required FAA Supplemental Type Certificates (STC) without availability of OEM technical data and technical support. Without the OEM's technical data and technical support, a non-oem would be responsible for generating and recreating basic aircraft technical design data. The FAA would require a significant amount of proof in terms of data development, compliance methodology, and reverse-engineering type design data needed to substantiate and certify the modifications required for the PAR Program. Non-OEM reverse engineering type design data introduces significant cost and schedule risk into this program, which would jeopardize having an initial operating capability by 2024. Added: Jan 29, 2016 5:10 pm This Justification and Approval encompasses all activities required to field up to three Presidential mission ready aircraft, except for the procurement of the commercial 747-8 platform. This authority includes but is not limited to contracting for the management, design (to include any necessary studies or analyses), integration, modification (including but not limited to structural modifications), test/verification, certification and pre-operational support to deliver up to three Boeing 747-8 aircraft to be Presidential mission ready. The PAR Program aircraft modifications will include, but not be limited to, air stairs, electrical power generator upgrades, and dual Auxiliary Power Units (APUs), to meet the full range of PAR Program requirements. Added: Jul 15, 2016 5:10 pm The Boeing Co., Seattle, Washington, has been awarded a $127,300,000 modification to previously awarded contract FA8625-16-C-6599 for Presidential Aircraft Recapitalization Program Pre-Milestone B Activities Phase 2. This modification is another step in a deliberate process to control program risk and life cycle costs. The contractor will conduct risk reduction activities needed to address PAR sustainment requirements and costs that are additional to those initially awarded on Jan. 29, 2016. These activities will most notably focus on the system specification, the environmental control system, the aircraft interior, the electrical and power system and sustainment and maintenance approaches. They will aid in further defining detailed requirements and design

trade-offs required to support informed decisions that will lead to a lower risk engineering and manufacturing development program and lower life cycle costs. This contract is being awarded on a sole-source basis. As the designer and manufacturer of the commercial 747-8 aircraft, The Boeing Company has the unique capability to perform necessary tasks to provide a Presidential aircraft. Boeing is also uniquely capable of satisfying all Federal Aviation Administration (FAA) certification requirements with the highest confidence to meet the established program operational need date. This unique capability is based on Boeing's exclusively private development of the aircraft and sole ownership of the 747-8 aircraft stress, loads, and aero design data. Boeing declined to sell or otherwise provide the United States Government or other contractors the license rights needed to conduct an adequate competition or to provide additional engineering services in lieu of data rights. The nature of the effort needed to meet PAR Program requirements is such that a non-original Equipment Manufacturer (OEM) attempting the extensive modifications required for a Boeing 747-8 aircraft to meet PAR Program requirements would face significant challenges in securing required FAA Supplemental Type Certificates (STC) without availability of OEM technical data and technical support. Without the OEM's technical data and technical support, a non-oem would be responsible for generating and recreating basic aircraft technical design data. The FAA would require a significant amount of proof in terms of data development, compliance methodology, and reverse engineering type design data needed to substantiate and certify the modifications required for the PAR Program. Non-OEM reverse engineering type design data introduces significant cost and schedule risk into this program, which would jeopardize having an initial operational capability by 2024. Added: Sep 12, 2016 3:22 pm The Government intends to solicit and award a sole source contract modification to The Boeing Company for Engineering and Manufacturing Development (EMD) activities for the Presidential Aircraft Recapitalization (PAR) Program. The purpose of EMD is to complete detailed design, modification, test and fielding of two aircraft which will provide Presidential worldwide airlift support starting in the 2024 timeframe. The Request for Proposal is attached to this announcement. The Justification and Approval in accordance with FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements," dated 23 Feb 2015 can be accessed at: https://www.fbo.gov/?s=opportunity&mode=form&id=cd8446bfe8695d18e65dc3b6ce5e003d& tab=core&_cview=1 This notice was originally identified as FA8625-15-C-6599. The contract was awarded in Fiscal Year 2016, therefore the number was changed to FA8625-16-C-6599. This request for proposal is based upon authorization received from Mr. Frank Kendall, Under Secretary of Defense for Acquisition, Technology and Logistics, continuing a deliberate, step-by-step approach to reduce program and cost risk. Two previous contract actions were issued for engineering risk reduction studies concentrated in specific technical areas of future design and integration work. Most notably were studies on the layout of passenger accommodations, system specification, the environmental control system, the aircraft interior, and the electrical and power system, as well as other areas to ensure completion of presidential missions. This data will greatly influence the aircraft design and will lead to a lower risk Engineering and Manufacturing Development program. The scope of this effort includes the modification by Boeing to the already-federal Aviation Administration certified Boeing 747-8 aircraft to meet presidential operational requirements. The modifications to the 747-8 aircraft will include electrical power upgrades, a mission communication system, a medical facility, executive interior, a self-defense system, and autonomous ground operations capabilities.

Respondents to this solicitation are requested to submit a capability statement or proposal by the Response Date listed in this notice. For more information on the PAR requirements, please refer to the attachments, the Presolicitation Notice posted on 28 Jan 2015 and the Sources Sought Synopsis posted on 9 Sep 2013, the latter of which can be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form&id=904b9445a58553ade5cee5251cb9a41c&tab=core& _cview=1 All responses to the Presolicitation Notice and the Sources Sought Synopsis were carefully considered and extensive market research was conducted. Any proposals will be fully evaluated by this office before award of a sole source contract modification. The Government is not responsible for any costs incurred by responding to this notice. Please refer any questions to the points of contact listed below: James B. Patterson, Jr., Procuring Contracting Officer, (937) 255-1578 Ashlee J. Green, Contract Negotiator, (937) 656-9539 Added: Sep 29, 2016 5:09 pm The Boeing Co., Seattle, Washington, has been awarded a $16,029,455 modification for classified requirements to previously awarded contract FA8625-16-C-6599 for the Presidential Aircraft Recapitalization Program Pre-Milestone B Phase 2 Activities. This modification is yet another step in a deliberate process to control program risk and life cycle costs. This modification supplements ongoing risk reduction activities needed to address PAR sustainment requirements and costs that are in addition to those unclassified Phase 2 Activities awarded on July 15, 2016. This modification will aid in further defining detailed requirements and design trade-offs required to support informed decisions that will lead to a lower risk engineering and manufacturing development program and lower life cycle costs. This contract is being awarded on a sole-source basis. As the designer and manufacturer of the commercial 747-8 aircraft, The Boeing Company has the unique capability to perform necessary tasks to provide a Presidential aircraft. Boeing is also uniquely capable of satisfying all Federal Aviation Administration (FAA) certification requirements with the highest confidence to meet the established program operational need date. This unique capability is based on Boeing's exclusively private development of the aircraft and sole ownership of the 747-8 aircraft stress, loads, and aero design data. Boeing declined to sell or otherwise provide the United States Government or other contractors the license rights needed to conduct an adequate competition or to provide additional engineering services in lieu of data rights. The nature of the effort needed to meet PAR Program requirements is such that a non-original Equipment Manufacturer (OEM) attempting the extensive modifications required for a Boeing 747-8 aircraft to meet PAR Program requirements would face significant challenges in securing required FAA Supplemental Type Certificates (STC) without availability of OEM technical data and technical support. Without the OEM's technical data and technical support, a non-oem would be responsible for generating and recreating basic aircraft technical design data. The FAA would require a significant amount of proof in terms of data development, compliance methodology, and reverse engineering type design data needed to substantiate and certify the modifications required for the

PAR Program. Non-OEM reverse engineering type design data introduces significant cost and schedule risk into this program, which would jeopardize having an initial operational capability by 2024. Solicitation 1 Type: Solicitation Posted Date: June 15, 2015 FA8625-15-R-6599_for_Synopsis.pdf (14,152.60 Kb) Description: A solicitation is now attached to the above notice. The Government anticipates the issuance of a sole source award to The Boeing Company for the Presidential Aircraft Recapitalization (PAR) Program. Also, please find the attached Justification and Approval in accordance with FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements", dated 23 Feb 2015. The scope of this effort includes Pre-Milestone B Studies and Analysis. Pre-Milestone B activities will be conducted to improve affordability and reduce program execution risk. Respondents to this solicitation are requested to submit a phase I proposal, within 60 days of the posting of this notice. The phase I proposal shall include all requirements in PWS paragraphs 1.0 through 3.8.1 and 4.0 through 7.0. Respondents to this solicitation are requested to submit a phase II proposal, within 120 days of the posting of this notice. The phase II proposal shall include all requirements in PWS paragraphs 3.8.2 through 3.24. The efforts included under PWS paragraph 3.24 will be transmitted via secure channels upon request, if appropriate. Submittal of proposal for the effort required under PWS paragraph 3.24 will be submitted in accordance with the attached DD254 and associated cover. For more information on the PAR requirements, please refer to the attachments, the Presolicitation Notice posted on 28 Jan 2015 and the Sources Sought Synopsis posted on 9 Sep 2013, the latter of which can be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form& id=904b9445a58553ade5cee5251cb9a41c&tab=core&_cview=1 All responses to the Presolicitation Notice and the Sources Sought Synopsis were carefully considered and extensive market research was conducted. Any proposals will be fully evaluated by this office before award of a sole source contract. The Government is not responsible for any costs incurred by responding to this notice. Please refer any questions to the points of contact listed below. Redacted J&A Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: June 15, 2015 Final_Redacted_J_A.pdf (2,981.38 Kb) Description: Attached is the Sole Source Justification and Approval Document which was approved on 23 Feb 15.

Justification and Approval Document Type: Other (Draft RFPs/RFIs, Responses to Questions, etc..) Posted Date: January 29, 2016 Final_Redacted_J_A.pdf (2,981.38 Kb) Description: Justification & Approval Document for Presidential Aircraft Recapitalization Program is attached. Solicitation 2 Type: Solicitation Posted Date: May 10, 2016

Model_Contract_Modification_and_all_Exhibits_and_Attachments.pdf (4,049.91 Kb) Description: The Government intends to solicit and award a sole source contract modification to The Boeing Company for Preliminary Design activities for the Presidential Aircraft Recapitalization (PAR) Program. The Request for Proposal is attached to this announcement. The Justification and Approval in accordance with FAR 6.302-1 "Only one responsible source and no other supplies or services will satisfy agency requirements," dated 23 Feb 2015 can be accessed at: https://www.fbo.gov/?s=opportunity&mode=form& id=cd8446bfe8695d18e65dc3b6ce5e003d&tab=core&_cview=1 This notice was originally identified as FA8625-15-C-6599. The contract was awarded in Fiscal Year 2016 and the number was changed to FA8625-16-C-6599. The scope of the effort will include, but is not limited to, preliminary design activities required to begin development of two Presidential mission ready aircraft, based on two Government furnished Boeing 747-8 Aircraft procured under a separate contract action on this contract. This effort will use the results up through completion of System Requirements Review (SRR) and System Functional Review (SFR) performed under a separate contract action on this contract. The PAR System will consist of two PAR Aircraft and associated data, software, Support Equipment (SE), initial spares, training program, System Integration Laboratories (SILs), mockups, services, and support infrastructure. Respondents to this solicitation are requested to submit a capability statement or proposal within 160 days of the posting of this notice. For more information on the PAR requirements, please refer to the attachments, the Presolicitation Notice posted on 28 Jan 2015 and the Sources Sought Synopsis posted on 9 Sep 2013, the latter of which can be accessed at: https://www.fbo.gov/index?s=opportunity&mode=form& id=904b9445a58553ade5cee5251cb9a41c&tab=core&_cview=1 All responses to the Presolicitation Notice and the Sources Sought Synopsis were carefully considered and extensive market research was conducted. Any proposals will be fully evaluated by this office before award of a sole source contract modification. The Government is not responsible for any costs incurred by responding to this notice. Please refer any questions to the points of contact listed below: Tiffanie Gustin, Procurement Contracting Officer, (937) 256-9300 Mark Sauls, Contracts Negotiator, (937) 255-1044 Solicitation 3 Type: Solicitation Posted Date: September 12, 2016 PAR_FBO_FA8625-16-C-6599_DRAFT_P00008_EMD_RFP_20160912.pdf (5,941.79 Kb) Description: PAR EMD RFP Contracting Office Address:

0 2275 D Street Wright-Patterson AFB, Ohio 45433-7218 United States Place of Performance: 7755 E Marginal Way S Seattle, Washington 98108-4002 United States Primary Point of Contact.: Mark D. Sauls, Buyer mark.sauls@us.af.mil Phone: 9372551044 Secondary Point of Contact: Tiffanie J. Gustin, Contracting Officer Tiffanie.Gustin@us.af.mil Phone: 9376569300 ALL FILES Solicitation 1 Jun 15, 2015 FA8625-15-R-6599_for_ Redacted J&A Jun 15, 2015 Final_Redacted_J_A.pd Justification and Approval Document Jan 29, 2016 Final_Redacted_J_A.pd Solicitation 2 May 10, 2016 Model_Contract_Modific Solicitation 3 Sep 12, 2016 PAR_FBO_FA8625-16-C Opportunity History Original Synopsis Presolicitation Jan 28, 2015 3:22 pm Changed Jun 15, 2015 9:39 am Solicitation

1 Changed Jun 15, 2015 9:49 am Award Jan 29, 2016 5:08 pm J&A Jan 29, 2016 5:10 pm Changed May 10, 2016 1:42 pm Solicitation Award Jul 15, 2016 5:10 pm Changed Sep 12, 2016 3:22 pm Solicitation Award Sep 29, 2016 5:09 pm