AIRPLANE SPECIFICATIONS - BidNet



Tennessee Bureau of Investigation

REQUEST FOR BID

I. INTRODUCTION

It is the intent of TBI to lease a Pilatus PC-12-NG with a fully integrated sensor platform.

Bidder shall lease a factory new Pilatus PC-12-NG with a fully integrated sensor platform to the Tennessee Bureau of Investigation for a period of 5 years (60 months).

Pilatus Aircraft contact listed below:

Leonard Luke

Vice President

Homeland Security and Government Sales

Phone: 303-438-5970/972-318-8969

Fax: 720-887-8972

Cell: 972-849-5277

lluke@

pilatus-

II. Information & Requirements

Base of Operation:

Aircraft shall be based in Nashville Tennessee.

Use:

The aircraft will operate under FAA Part 91 and be maintained to those standards.

Pre-delivery Inspection:

Upon execution of a Lease Agreement the Lessee, at its expense, shall have the right to perform a Pre-Delivery Inspection including a flight check of the Aircraft and systems. Movement will be at Lessee’s expense. The Pre-Delivery Inspection work scope shall be mutually agreeable to Lessee and Lessor. Lessee has no right to reject the aircraft except in the case Lessor does not deliver the aircraft in accordance to the terms and conditions referenced in the Lease Agreement.

Maintenance:

Lessee agrees, at its own cost and expense, to keep the Aircraft (including ISR systems referred to below) at all times in fully operational, duly certified and airworthy condition and maintained in accordance with the Aircraft manufacturer’s recommended inspection program and condition adequate to comply with all regulations of the FAA or any other governmental agency having jurisdiction over the maintenance, use or operation of the Aircraft.

Lease Document:

Lease document will be prepared by the State of Tennessee.

Lease Assignment:

Lessor has the right to assign the Lease.

Confidentiality:

Prior to drafting a lease, the parties will enter into a confidentiality and non-circumvention agreement.

Aircraft Registration:

United States (FAA)

Insurance:

Lessee will at its own cost provide full comprehensive hull and liability insurance for the term of the lease.

Crew:

Certified flight crews rated for this aircraft will operate plane.

Intelligence Surveillance and Reconnaissance (IRS) Systems:

As part of the aircraft, the following Mission Equipment shall be installed:

EO/IR sensor capable of operating in Day/Night/VFR conditions with geo-referencing and video recording capability

Onboard recording capability of audio/video and image capture from all sensors

Systems shall downlink near-real time video/audio/still images via line-of-sight (UHF/VHF/FM).

System shall communications suite compatible with police communications systems (UHF/VHF/FM/GSM/Chat).

GSM cell phone onboard including Satfone & Inmarsat

Operator station that combines all sensors feeds in one console

Mission management system shall fuse onboard sensor information.

Integrated work station to occupy to front left seat position.

Work station must be capable of being removed and replaced with the original manufacture seat when not being used.

III. Aircraft Specifications:

The following specifications are intended to describe the type, size, quality, and performance capabilities of a single engine, land, fixed wing airplane to be operated in law enforcement operations by the Tennessee Bureau of Investigation.

A. Scope: One (1) single engine land, all metal, 8 place, retractable tricycle landing gear, pressurized, turboprop airplane, 2014 model or later, with not more than 35 flight hours since new for airframe or engine. The airplane may not have sustained any damage as the result of accident and / or incident prior to acceptance by the Tennessee Bureau of Investigation.

B. Modifications: The model airplane offered must incorporate all modifications currently in effect for current production of that model at the time of request for bid response. Any anticipated modifications must be listed on the request for bid response along with estimated costs to accomplish the modification.

C. Certification: The airplane must have a standard airworthiness certificate issued by the Federal Aviation Administration (FAA) at the time of the vendor’s bid response. All installed equipment and accessories must have FAA approval and have no negative impact on the standard airworthiness certificate. The airplane must have a standard airworthiness certificate issued by the Federal Aviation Administration when the airplane is accepted by the Tennessee Bureau of Investigation after installation of all equipment as described herein. The airplane must be certified for day and night visual flight rules, instrument flight rules and flights in known icing conditions.

D. Airworthiness Directives: All current airworthiness directives must be

met at the time of delivery. Any anticipated airworthiness directives must be listed on the request for bid response, along with estimated costs associated with their compliance. Any recurring airworthiness directives shall be noted as to the efforts ongoing by the manufacturer to provide a remedy.

E. Empty Weight and Useful Load: All bid responses shall include the airplane’s estimated empty weight and the estimated useful load based on the installation of all specified equipment.

F. Basic Aircraft: Any equipment, capabilities, or provisions provided on a basic equipped aircraft of the make and model offered by the bidder shall be incorporated on the aircraft offered without regard to whether or not the equipment, provision, or capability is specified herein. Base Equipment shall contain no less that the basic equipment list as stated in the 2014 Basic Equipment Brochure.

G. Additional Equipment:

Avionics:

Premium U.S

Electronic Checklist Function

Additional Safety Equipment:

Air Conditioning System

Cockpit Foot Warmer

Large Oxygen System

Cargo Kit

Pulsing Recognition Lights

Logo Light (Vertical Stabilizer)

Second FMS

Second Charts (Honeywell Chartlink)

Video Output

Steep Approach Capability

ADS-B-Out

Seating:

Long Range 8 Seat Interior (2 Pilot, 6 Passenger)

H. Successful Bidder Requirements.

1. Aircraft shall have documented previous experience with law enforcement airplane completions. Bidders must have completed at least one (1) of the described completions within the previous 12 calendar months. Vendors shall provide contact information (name, address, phone, and email) for the customer(s) used to qualify for the previously described completion. Vendor must have met 180 day completion schedules. A shorter completion time is desired and will be taken into consideration.

2. The aircraft must be approved by Technisonic, Ltd., to install Technisonic mission transceivers and other Technisonic equipment as is included within this document.

3. Aircraft manufacturer shall be licensed as Federal Aviation Administration avionics repair stations.

4. Aircraft manufacturer shall be on the list of the airplane manufacturer’s approved service centers.

I. Vendor Completion Requirements and Standards.

1. All equipment shall be new.

2. The aircraft manufacturer shall be responsible for all flights made in the airplane preceding acceptance by the Tennessee Bureau of Investigation as described in XVI. A., Final Inspection, whether to reposition the airplane for equipment to be installed, to reposition the airplane to the vendor’s location where the airplane shall be accepted as described in XVI. A., Final Inspection, or for flight tests prior to final inspection by the Tennessee Bureau of Investigation as described in XVI. A., Final Inspection.

3. If the airplane manufacturer does not deliver the airplane to the successful bidder, the successful bidder shall be responsible for the transfer of the airplane from the delivery location to the airplane successful bidder’s location. All check flights, prior to final inspection by the Tennessee Bureau of Investigation as described in XVI. A. Final Inspection shall be performed by the successful bidder. All flights performed by the successful bidder shall be piloted by an employee of the successful bidder

4. The Bidder shall be financially responsible to the Tennessee Bureau of Investigation for the cost of the airplane, and for all customer furnished equipment delivered to the successful bidder, from the time the successful bidder takes possession of the airplane from the airframe vendor, and for customer furnished equipment from the time the equipment is received by the successful bidder, from the Tennessee Bureau of Investigation, until such time as the Tennessee Bureau of Investigation accepts the airplane as described in XVI. A. Final Inspection, as described within this document. The successful bidder shall not be financially responsible to the Tennessee Bureau of Investigation for damages caused to the airplane, or to customer furnished equipment, by a mishap or accident while a Tennessee Bureau of Investigation employee is acting as pilot in command during flight tests as described in XVI. A. Final Inspection, if the mishap or accident is found to be caused exclusively by the error of the Tennessee Bureau of Investigation employee acting as pilot in command, insofar as that error is not related in any manner to the work performed, or installation of equipment, by the successful bidder.

5. The aircraft manufacturer shall ensure that all work, installations, and necessary documentation are performed to Federal Aviation Administration standards, maintaining the Standard Airworthiness Certificate of the airplane.

6. The aircraft manufacturer shall include and install all wiring, necessary displays, switches, relays, interconnects, hardware, firmware, and software to make all systems and devices fully functional and interface together to the full extent of their design capabilities.

7. All wiring installed shall be indelibly marked along its entire length at a minimum of every twelve (12) inches to identify its function. After installation every individual installed wire shall be checked for excessive electrical resistance (ohms) and integrity.

8. The aircraft manufacturer shall include service loops. Service loops shall be provided for all connections for all cockpit equipment, tactical flight officers workstation, and as specified by Tennessee Bureau of Investigation representatives in conference with the successful bidder. The service loop lengths, as specified by the Tennessee Bureau of Investigation in conference with the successful bidder, must be approved by Tennessee Bureau of Investigation representatives prior to acceptance of the airplane as described in XVI. A. Final Inspection.

9. Throughout this document particular antennas are specified for some applications and particular antennas are not specified for other applications. The aircraft manufacturer shall ensure that equipment requiring antenna or antennas have those items properly installed to operate all the listed equipment and that each antenna is labeled as to its function and/or assigned piece of equipment.

10. The aircraft manufacturer shall include and install all wiring, necessary displays, switches, relays, interconnects, hardware, firmware, and software to make all systems and devices fully functional and interface together to the full extent of their design capabilities.

11. The intercom system shall be wired so that it is operable with the activation of the master battery switch.

12. The successful bidder shall provide customized wiring diagrams to the Tennessee Bureau of Investigation for all electrical equipment installed as specified within this document. Wiring diagrams shall be computer-aided design (CAD) and shall be provided in electronic and printed paper format.

13. All communications systems, including avionics, intercom, and police radios, shall be free from electrical interference and electrical noise, including noise generated by the alternator.

14. Upon airplane delivery, the aircraft vendor shall provide the Tennessee Bureau of Investigation with an equipment list, in addition to that required in the pilot operating handbook / airplane flight manual, listing the name, weight, part number, and center of gravity location for each piece of equipment installed.

J. Pre-Work Conference. Upon award of a bid, the successful bidder, representatives of the Tennessee Bureau of Investigation shall meet with the aircraft vendor within thirty (30) calendar days at the vendor’s facility for a work scope meeting. The Tennessee Bureau of Investigation representatives and the successful vendor shall confer on the details of the configuration of the airplane. Additionally, the aircraft vendor shall provide a tour of their facility to illustrate the vendor’s ability to meet the specifications and completion schedules as contained within this document.

Additional conferences shall be held, as deemed necessary.

K. Subcontractors. Subcontractors shall not be used unless the specific subcontractor is approved by the Tennessee.

L. Warranty. All work performed by the successful bidder shall be warranted by the successful bidder for repair, to include parts and labor, for not less than 24 months after acceptance of the airplane from the successful bidder as described in XVI. A. Final Inspection. Any warranty repairs shall be performed at the assigned operating station of the airplane, or as determined by the Tennessee Bureau of Investigation.

M. The successful bidder shall ensure that all manufactures’ warranties for purchased parts, components, and products, whether installed in the airplane or delivered as loose equipment with the airplane, are transferred to the Tennessee Bureau of Investigation so that the Tennessee Bureau of Investigation enjoys the full benefit of those warranties as offered by the manufacturers.

The successful bidder shall ensure that all manufacturers’ warranty periods for purchased parts, components, and products, whether installed in the airplane or delivered as loose equipment with the airplane, begin with the date that the Tennessee Bureau of Investigation accepts the airplane as described in XVI. A. Final Inspection. The successful bidder shall ensure that the Tennessee Bureau of Investigation receives the full warranty period allowed by the parts, components, or products’ manufacturers, as though the Tennessee Bureau of Investigation had purchased the part, component or product, and had immediately placed that part, component or product into the service of the Tennessee Bureau of Investigation, having met all conditions required to receive the full effect of the manufacturers’ warranty period.

If the airplane is grounded due to a warranty repair item, and mission demands require immediate repair and return to service, the Tennessee Bureau of Investigation reserves the right to make necessary repairs by the most expeditious means available and shall be reimbursed by the vendor.

I. TYPE OF OPERATION SPECIFICATIONS

The airplane, as delivered, must have Federal Aviation Administration approval for flight under day, night, visual, and instrument flight rules in known icing conditions.

II. PERFORMANCE SPECIFICATIONS

The following performance specifications are necessary for the variety of missions conducted by the Tennessee Bureau of Investigation.

A. Range: The airplane must have a range not less than 1,500 nautical miles (NM) at max payload w/ full fuel under the following conditions: One pilot, 30,000 ft, ISA, zero wind, NBAA IFR Reserves.

B. Speeds: The airplane must have a true airspeed of 270 knots (or greater) above 15,000 ft and a stall speed of 70 knots (or less).

C. Altitude. The airplane must have a max operating altitude of not less than 30,000 ft.

D. Cabin. The airplane will have a pressurized climate controlled cabin rated to 30,000 feet and greater than 300 cubic feet of interior capacity. Seating capacity of 8 (2 pilots and 6 passengers). Cargo door greater than 50 inches in both width and height.

E. Camera. The camera sensor installed behind the cabin with the ability to deploy and stow in flight. When the camera is stowed it will be concealed from normal view. There must be two sets of lift controls that lower and raise the lift. One set must be in the pilot’s instrument panel and one set must be in the TFO work station. The controls must show the current status of the lift.

III. ELECTRICAL POWER

A. Cigarette Lighter Plug. Four (4) Mouser 161-2050 cigarette lighter plugs, with attached covers, shall be installed, two in the cockpit and two in the aft cabin location. as determined by the Tennessee Bureau of Investigation in conference with the successful bidder.

B. 110 AC Outlets. Total of six (6) outlets. Two (2) at the TFO workstation, two (2) located in the aft cargo section. with the final location to be determined in consultation with Tennessee Bureau of Investigation.

IV. EXTERIOR LIGHTS

A. Navigation. Left-hand (LH) / right-hand (RH) wing tip and tail.

B. Wing Tip Strobe. Left-hand (LH) / right-hand (RH).

C. Pulse Light. A pulse light controller and panel switch shall be installed to alternately pulse the right and left landing light. An indicator light shall be installed in the instrument panel to indicate to the pilot that the pulse light controller has been activated. The location of the indicator light and panel switch shall be determined by the Tennessee Bureau of Investigation in consultation with the successful bidder in pre-work conference.

V. FLIGHT CONTROLS

As listed in the Pilatus 2014 Standard Equipment Brochure.

VI. FUEL SYSTEM

As listed in the Pilatus 2014 Standard Equipment Brochure.

VII. INTERIOR

A. Carpet. Standard interior configuration for aircraft type and make.

B. Instrument Panel. An instrument panel shall be installed to accommodate specified equipment herein, the placement of the equipment to be determined by the Tennessee Bureau of Investigation in conference with the successful bidder.

VIII. INTERIOR LIGHTING

1. Map Lights. Utility lights shall be installed in the airplane at the aft workstations area, for the TFO workstation position.

IX. LAW ENFORCEMENT EQUIPMENT – FULLY INTEGRATED SENSOR

PLATFORM

A. Thermal Imager. One (1) 15” Thermal Imaging System (electro-optical, infra-red). Laser Imaging System to include the following components: an inertial measurement unit with geo-point, thermal imager, Thermal imager, cooled MWIR, SD 640 x 512 pixel, step-zoom, Color low-light imager, HD 1920 x 1080 pixel, continuous zoom Enhanced local Area Processing (ELAP-MX-01) Dual Sensor Payload (IRIEO), EON-THD-DCNS-STEP Dual channel spotter, color and low light, step zoom Color imager, HD 1920 x 1080 pixel Low light imager, EMCCD, 960 x 530 pixels 600, 1000, and 1500 mm focal length laser range finder, moving map interface, RCS Protocol over Ethernet installed, Balun and Connector Kit (Qty 2) to support interlace to HD Video Display, Auto Steer” function installed on camera operation, advanced image processors on all sensors, Hand Controller Unit (HCU), backlit, NVG compatible, with 1.8m (6') cord, standard cable kit, HD video cable kit, and a laser illuminator/pointer (NVG Compatible). There shall be a place to mount the hand controller where easily accessible in the airplane at the TFO workstation.

B. Moving Map. A Churchill Navigation ARS 500-C or newest model. Overlay of address information, parcel data, business names, AIS, AVL, RADAR targets or any other data of interest directly over the full-motion video in real time.

Map Database shall include: Lifetime Map Updates, Lifetime Software Updates, Software Customization to meet the needs of the TBI, high resolution aerial imagery, topographical maps, aeronautical charts, nautical charts, etc. Include all the necessary GIS Integration as determined by the TBI. Include all third party peripheral systems integration as determined by the TBI. Fast-Search Location Look-up - There is no need to enter each element of an address (ex. enter state, then county, then address, then street). The system will allow you to enter the Address, Intersection, Business Name, City, Owner, or Coordinates and searches the entire U.S. quickly. Results are instantly pre-filtered based on the location of the aircraft and matches in Churchill’s extensive database. Fast Search capability saves valuable seconds and can slew the camera to the Point of Interest. Information about the nearest street, cross-street and businesses is displayed, immediately. Track actual real-time speed of vehicles on land or water. Drop” unlimited geo-point markers for reference. System shall include built-in multi-channel HD/SD video and audio recorder. Include simultaneous playback while record. Record metadata capability. Ability to record to removable media sources: SD or USB. Training, Technical support, Customization, Custom Data, Software Updates and Map Updates are included to Churchill system. Churchill system to have a keyboard provided as well as touch screen monitor operation. Churchill system shall include a forward mounted remote display.

C. USB port in console for removable storage.

D. Monitors. Two (2) Avelex HD touchscreen monitors that will be compatible with the custom work station to be built by Pilatus. (Size to be determined by TBI and engineers during the construction of the TFO workstation. Largest available monitor for the workspace preferred.) Monitors must come with DVI capability and shall be installed at the TFO Workstation. Distribution of signals shall be determined on build up.

E. Monitor. One (1) smaller Avalex monitor with DVI option shall be installed at the TFO Workstation. The DVI feed from the Churchill will be sent to either/all monitors. Distribution of signals shall be determined on build up.

F. Communication (COM) Radio.  An aviation band (118.00 – 136 MHz) transceiver shall be installed. This item shall have a dedicated transmit button or switch assigned to the TFO Workstation switch panel. The assignment of the particular switch panel button or switch shall be determined by the Tennessee Bureau of Investigation in conference with the completion vendor.

X. AVIONICS

A. Cockpit Avionics Package. A Honeywell Primus Apex avionics system with four large displays, including two Primary Flight Displays (PFDs) and two Multi Function Displays (MFDs), which provides a large amount of viewing area and integrated flight information, engine monitoring, aircraft configuration, pressurization, and environmental controls. Flight and weather data, charts, aircraft system information, and trip planning functions; all shall be within easy reach of either pilot and/or co-pilot.

B. Emergency Locator Transmitter (ELT). Artex ME-406-N, complete, with Global Positioning System (GPS) interface so as to broadcast location.

XI. TRAINING

A. Four pilot training courses.

B. Two mechanic courses.

XII. MISCELLANEOUS INSTALLED EQUIPMENT

The following additional equipment shall be installed or provided as loose equipment if so specified. Vendors shall provide pricing on each item of the following listed equipment.

A. Police Radio Package.

1. Transceiver. One (1) Technisonic multi-band TDFM-9000NV, The Airborne Multi-band Transceiver needs to include UHF, VHF, and 700-800 bands. The number 1 VHF component of this item shall have a dedicated transmit button or switch assigned to both a pilot and copilot yoke or dedicated switch panel, as determined by the Tennessee Bureau of Investigation in conference with the successful bidder, and a dedicated transmit function as further described in item XIV A. 16. Foot Switch. The radio shall be installed in the airplane at locations as determined by the Tennessee Bureau of Investigation in conference with the successful bidder.

2. Cellular / Satellite Telephone Interface. A Flightcell DZM3, of the latest model available, with cell phone signal booster and external airframe antenna shall be installed and integrated into the audio system to allow for cellular and satellite telephone communications.

3. Antenna. Two (2) VHF antennas Comant CI 292.

4. Antenna. Three (3) 700/800 MHz antennas Comant CI 285.

5. Antenna. One (1) Comant UHF antenna CI 275.

6. Audio Control Panel. Three (3) Geneva Aviation G11462-NVG audio control panels shall be installed. There shall be one each for the pilot, copilot, and TFO workstation. The assignment of devices to the different channels of this item shall be determined by the Tennessee Bureau of Investigation in conference with the successful bidder. This item shall have a dedicated transmit button or switch assigned to both a pilot and copilot yoke or dedicated switch panel to cause this item, and item XIV. A. 12. Audio Control panel – Auxiliary, to transmit upon the devices as selected by this item and item XIV. A. 12. Audio Control panel – Auxiliary, at the respective pilot or copilot position. The assignment of the particular pilot and copilot yoke or dedicated switch panel button or switch shall be determined by the Tennessee Bureau of Investigation in conference with the successful bidder. The TFO Work station audio panel shall be mounted and shall control the functions of the TFO workstation.

7. Audio Control Panel and Intercom Interface. The audio panels shall be installed so that the pilot station, copilot station, and TFO Workstation shall function as four separate stations to allow for the independent transmission and reception of aural communication and /or information by the pilot, copilot, and TFO Workstation (in common) via all devices capable of generating or receiving aural information via electronic means. Additionally, each of the pilot, copilot, and TFO Workstation, (in common) shall be able to isolate their station completely from any and all combinations of communications and aural information, whether the communication is generated from within the aircraft or without.

8. Digital Audio Router. One (1) Geneva Aviation G13000 Digital Audio Router shall be installed.

9. Foot Switch. A foot switch, meeting military specification, shall be installed on the floor at the TFO Workstation. Exact location to be determined by the Tennessee Bureau of Investigation in conference with the successful bidder. At the TFO workstation one foot switch shall enable voice transmit via the Technisonic police radio.

10. Switch. One (1) radio master switch, controlling all radios, avionics, Integrated Flight Systems FlightLogic Electronic Flight Information System (EFIS), with the exception of the moving map shall be installed VIII. B. Instrument Panel. The moving map shall be wired to the battery switch and on / off functions shall be controlled by their own respective power switch.

11. Map / Chart Pockets. A sufficient number of map pockets (metal type, not soft material) shall be incorporated into the cockpit area, TFO Workstation, and commander’s observation station at locations to be determined by the Tennessee Bureau of Investigation in conference with the successful bidder, to store aviation charts, street maps, pilot operator’s handbook, and etcetera.

12. Binocular Holder. A metal type storage holder of sufficient size to hold one stabilized binocular shall be installed at a location in the cockpit and/or cabin area, the location of which to be determined by the Tennessee Bureau of Investigation in conference with the successful bidder. A retention strap or similar restraint device shall hold the binoculars in place.

13. Auxiliary Jack in Audio Panels. 3.5 mm aux. jack for all audio panels. Pilot, Copilot, and TFO workstation.

14. Auxiliary Wiring. Three (3) additional wiring positions shall be installed in the cargo area of the rear cabin. Each installation shall contain wiring for power, antennas, and other required associated equipment. Each installation shall be completed to specifications for required special mission equipment that shall be designated and determined by the Tennessee Bureau of Investigation in conference with the successful bidder.

15. Satellite Uplink. An additional wiring position shall be installed in the cargo area of the rear cabin. The installation shall contain wiring for power, antenna, and other required associated equipment for the Thrane & Thrane Aviator 200. The installation shall be completed to specifications for required Satellite Uplink equipment that shall be designated and determined by the Tennessee Bureau of Investigation in conference with the successful bidder.

16. Microwave Downlink. An additional wiring position shall be installed in the cargo area of the rear cabin. The installation shall contain wiring for power, antenna, and other required associated equipment for the ViaSat Enerlinks III. Each installation shall be completed to specifications for required Microwave Downlink equipment that shall be designated and determined by the Tennessee Bureau of Investigation in conference with the successful bidder

17. Airborne Wi-Fi Network. Pilatus to provide the “E-Connect” in-flight Wi-Fi system as a stock item at no charge.

XIII. LOOSE EQUIPMENT

A. Windshield cover. The cover is custom designed for the aircraft make and model as well as the aircraft's specific antenna and temperature probe placements. The cover shall be designed to enclose the windshield. The cover also attaches using adjustable "belly straps." The cover shall be custom sewn and the corners shall be trimmed to match the colors of the airplane. The cover shall be made of nylon Silver Laminate and must be lined 100% with Micro-fiber. The outer material must be made of a medium weight nylon treated for ultraviolet resistance and anti-static buildup. The inner lining must be Micro-fiber to prevent scratching.

B. Noise Canceling Aviation Headset. Eight (8) Bose A20 noise canceling aviation headsets Bluetooth compatible, (Aircraft Powered-6-Pin Connector).

C. Headset Adapters. Eight (8) Bose 6 pin to Twin Plug Adapter (for Bose A20 Aircraft Powered Headsets).

D. Stabilized Binocular. One (1) Fujinon Techno-Stabi 14x40 stabilized binocular and optional accessory direct current (DC) power cord with male cigarette plug end shall be provided.

E. Fire Extinguisher. One (1) Tri-max 30 wheeled Compressed Air Fire extinguisher (CAF), with cover and 100 foot hose, shall be provided and drop shipped to the address as specified by the Tennessee Bureau of Investigation.

I. Incident Commander Radio Interface. One (1) ICRI-2TG Gateway and Control with power supply and external aircraft antenna for frequency response from 280 to 3400 Hz +/- 2dB, unbalanced 1000 ohms nominal with output level -40 to -18 dB; adjustable preset -25dBM with full cross-band and cross-platform capabilities. The ICRI unit must also include capabilities for a minimum of 4 talk groups, 5-radio interface, bridge unit ID, cables for all possible radios, cell phones, and other devices.

XIV. INSPECTION AND ACCEPTANCE

A. Final Inspection. Final inspection shall be conducted at the aircraft vendor’s location prior to the Tennessee Bureau of Investigation taking acceptance of the airplane. The Tennessee Bureau of Investigation representatives shall have sole authority to determine that the specifications have been met. Inspection shall include the verification that all equipment has been installed, that the equipment is working properly, and shall include flight tests, the number and length to be determined by the Tennessee Bureau of Investigation representatives. If a defect is found with the airplane, or installed equipment, and the remedy for the defect will take an extended period of time as determined by the Tennessee Bureau of Investigation, then subsequent inspections shall not occur until the bid specifications are met as determined by the Tennessee Bureau of Investigation and the airplane is accepted.

B. Shipping Expenses. Any loose equipment, packing cases, documentation, and etcetera, which cannot be transported within the airplane to its assigned duty station, shall be shipped to the address as determined by the Tennessee Bureau of Investigation at the aircraft manufacturer expense.

C. Completion Schedule. The airplane shall be fully equipped, certified as per the bid specifications, and accepted by the Tennessee Bureau of Investigation in accordance with the provisions of this document within 180 calendar days of the date the bid is awarded.

-----------------------

6

................
................

In order to avoid copyright disputes, this page is only a partial summary.

Google Online Preview   Download