SOURCES SOUGHT
A -- Hypersonic Propulsion Test Capability - Air Force Portal Self-Registration Process
- Notice Date
- 9/1/2009
- Notice Type
- Sources Sought
- NAICS
- 541712
— Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
- Contracting Office
- Department of the Air Force, Air Force Materiel Command, AEDC - Arnold Engineering Development Center, 100 Kindel Drive, Suite A-335, Arnold AFB, Tennessee, 37389-1335
- ZIP Code
- 37389-1335
- Solicitation Number
- FA9101-09-RFI-0002
- Point of Contact
- Kathy P Swanson, Phone: 931-454-4409
- E-Mail Address
-
kathy.swanson@arnold.af.mil
(kathy.swanson@arnold.af.mil)
- Small Business Set-Aside
- N/A
- Description
- Instructions on how to self-register for the Air Force Portal FA9101-09-RFI-0002 1 September 2009 This is a Request for Information (RFI) and not a solicitation. INTRODUCTION: The purpose of the Hypersonic Propulsion Test Capability (HPTC) project is to modify the Aerodynamic and Propulsion Test Unit (APTU) at the Arnold Engineering Development Center (AEDC) to implement a varying Mach number trajectory simulation test capability. The Government is interested in obtaining information for the design, fabrication, and installation of a flexible wall nozzle system within the APTU facility at Arnold AFB TN. The Government will use the information gathered in response to this RFI to refine the acquisition strategy; mitigate cost, schedule, and performance risks; and prepare the Request for Proposal (RFP). 1. SYSTEM DESCRIPTION APTU is a blow-down freejet test facility designed to provide true temperature and pressure test capability. The APTU test cell is a cylinder of 16-feet diameter and 45-feet length. The test cell can be operated in either of two different configurations non-simultaneously. The Vitiated Air Heater (VAH) configuration provides low speed test capability up to Mach 4.5. The Combustion Air Heater (CAH) configuration provides test capability up to Mach 8 (total pressure of 2800 lbf/in2 and total temperature of 4700oR). As presently configured, the CAH is installed in the test cell. At the conclusion of this project, the HPTC system will make use of only the CAH. As a part of this project, the VAH will be removed from the test cell building; additionally, the HPTC system will need the capability of removal and installation of any of the existing AEDC inventory of fixed area axi-symmetric nozzles (Mach = 3, 4, 5, 6, and 7). 2. SCOPE This RFI seeks to identify offerors with the capabilities described herein. This RFI is directed to competitive potential prime contractors who have demonstrated experience in the design, fabrication and installation of complex hardware systems into existing ground test facilities. All offerors and/or their subcontractors must have the experience required to design and build a variable Mach hypersonic nozzle system. Offerors shall be required to meet industry and AEDC safety and engineering standards. These standards will be made available on the HPTC Community of Practice (CoP) (see below). NOTE: Upon completion of the effort, all of the HPTC system (equipment / hardware / software and documentation [designs, drawings, manuals, etc.]) shall become the property of the Government. 3. OBJECTIVES The main objectives of this project are as follows: a. Design, fabricate, and install a variable Mach number nozzle, nozzle area ratio control system, and all equipment required to provide a Mach 3 to Mach 5.75 test capability over a range of dynamic pressures from 500 to 2500 lbf/in2. This nozzle will be a 2-D flexible-wall design with exit dimensions of 42-in by 42-in. b. Demolish unused process equipment in the APTU Test Building, including the VAH and an existing pressure vessel mounted in the floor. Modify the APTU facility as required to support HPTC capability. c. Design, fabricate, and install flow quality and boundary layer measurement system rakes and/or components thereof for the nozzle inlet and nozzle exit. d. Demonstrate component operation via functional checks at the place of fabrication/assembly and at APTU (without airflow). Upon completion of installation, final hot-gas tests will be conducted to demonstrate the nozzle can operate in the required test environment. 4. GENERAL INFORMATION a. Note: FAR Clause 52.215-3 Request for Information or Solicitation for Planning Purposes (Oct 1997) applies as follows: i. The Government does not intend to award a contract on the basis of this solicitation or to otherwise pay for the information solicited except as an allowable cost under other contracts as provided in subsection 31.205-18, bid and proposal costs, of the Federal Acquisition Regulation. ii. Although "proposal" and "offeror" are used in this Request for Information, your response will be treated as information only. It shall not be used as a proposal. b. This acquisition involves technology that has a military or space application. Only U.S. Contractors who are registered and certified with the Defense Logistics Information Service (DLIS) and have a legitimate business purpose may participate in this solicitation. If you are registered and certified with DLIS, you must submit a copy of the approved DD Form 2345, Military Critical Technical Data Agreement, with your request for access to the bidder's library (see the following paragraph). If you are not certified with DLIS, contact: Commander, Defense Logistics Information Service (DLIS), ATTN: U.S./Canada Joint Certification Office, 74 Washington Avenue North, Battle Creek, MI 49017-3084 or call the DLIS at (800) 352-3572. The DLIS United States/Canada Joint Certification Lookup service is available via the Internet at: www.dlis.dla.mil/jcp/default.asp. Access to the data will be provided to the data custodian identified in Block 3 of the DD Form 2345. c. A bidder's library has been established in the HPTC CoP, Air Force Knowledge Now, for controlling documents. In order to obtain access to this CoP, the data custodian identified in Block 3 of the DD Form 2345 shall follow instructions on Attachment 1, Air Force Portal Self-Registration Process. d. The government will post on the CoP the HPTC requirements and the advanced concept design documentation of the nozzle. The concept includes the following features: i. The advanced concept is roughly 95 pct complete; drawings and data currently available are posted in the bidder's library of the HPTC CoP on Air Force Knowledge Now (AFKN). ii. The nozzle is a 2-D flexible-wall design with exit dimensions of 42-in by 42-in iii. The major components identified in the advanced concept includes a flexible nozzle, aerodynamic stilling chamber, demineralized water cooling system, and nozzle controls. Details concerning facility modifications and interfaces are also included. 5. TECHNICAL/COST RISK Ultimately, the feasibility of designing, developing, procuring, and integrating the HPTC will be a best value source selection. a. After review of the government's advanced concept, please identify and prioritize what your company considers the technical risks to accomplish this work. b. After review of the government's advanced concept, please identify and prioritize what your company considers are the cost risks to accomplishing this work. 6. ACQUISITION STRATEGY The government is anticipating a Cost Plus Incentive Fee (CPIF) contract to design/fab/install the HPTC system due to program complexity and the developmental nature of this work. This acquisition strategy is being pursued in order to encourage cost containment and to ensure performance needs are met. a. From the offerors perspective, what is the most logical acquisition strategy, as well as suggested contract type. If the recommendation is different than what the government is proposing, please explain why the offerors proposed strategy is the better option. b. What type of contract incentives do you feel are appropriate for this type of effort? What performance/measurements or objectives do you feel are appropriate? 7. SUBMISSION OF RFI INFORMATION a. Please send an e-mail to the point of contact below by 09/24/09 to identify what your company considers the technical/cost risks. Risk submission is not a hard requirement, but any inputs will be considered in a government-only risk assessment workshop. Results of the workshop will be presented at Industry Day. b. Please provide an e-mail to the point of contact below by 10/09/09 if you have comments/questions on the acquisition strategy, the advanced concept, or any other issues. Your comments/questions will be addressed at Industry Day. CONTACT INFORMATION PCO: AEDC/PKM Attn: Kathy Swanson AEDC/PKM 100 Kindel Drive, Suite A327 Arnold AFB TN 37389-1337 Kathy.swanson@arnold.af.mil An Industry Day will be held for all interested respondents on 20-21 October 2009 at Arnold AFB TN. Please include a list of possible attendees as well as their company/organization, phone number, and e-mail address. Detailed information for Industry Day will be e-mailed to those possible attendees. To register to attend this Industry Day, please contact Ms. Christie Coppeans by e-mail at Christie.coppeans@arnold.af.mil or by phone (931) 454-6677. Note: The information received will not obligate the Government in any manner nor will the Government reimburse contractors for any costs associated with this submittal of the RFI. This RFI does not constitute an Invitation for Bid or a Request for Proposal, nor should it be considered as a commitment on the part of the Government.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/AEDC/FA9101-09-RFI-0002/listing.html)
- Place of Performance
- Address: Arnold AFB, Tennessee, 37389, United States
- Zip Code: 37389
- Zip Code: 37389
- Record
- SN01936470-W 20090903/090902010612-d066ed350baeee4e1235d0f89d4fdf01 (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 |