|
COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1995 PSA#1270R&D Contracting Directorate, Wright-Patterson AFB OH 45433-7607 A -- ENGINE SUPPLIER BASE INITIATIVE - PART 1 OF 2 SOL PRDA 95-05-MLKT
POC Contract Negotiator, Lori J. Shirdon, 513-255-3506, Contracting
Officer, Douglas E. Harris, 513-255-3506. A--INTRODUCTION: Wright
Laboratory Manufacturing Technology Directorate (WL/MT) is interested
in receiving proposals (technical and cost) on the research effort
described below. Proposals in response to the Program Research and
Development Announcement (PRDA) shall be submitted by 13 March 1995,
1500 hours Eastern Time, addressed to Wright-Laboratory, Directorate of
R&D Contracting, Bldg 7, Area B, ATTN: Lori Shirdon, WL/MLKT, WPAFB OH
45433-7607. This is an unrestricted solicitation. Small businesses are
encouraged to propose on all or any part of this solicitation.
Proposals submitted shall be in accordance with this announcement.
Offerors should be alert for any PRDA amendments that may be published.
Proposal submission after the cutoff date specified herein shall be
treated in accordance with restrictions of FAR 52.215-10, a copy of
this provision may be obtained from the contracting point of contact.
There will be no other solicitation request in regard to this
requirement. Offerors should request a copy of the WL guide entitled
''PRDA AND BAA Guide for Industry''. This guide was specifically
designed to assist offerors in understanding the PRDA/BAA proposal
process. Copies may be requested from WL/MLKT, Lori Shirdon,
Wright-Patterson AFB OH 45433-7607, telephone (513) 255-3506.
B--REQUIREMENTS: (1) Technical Description: With reduced defense
spending in the United States, engine designers, material developers,
and manufacturing engineers must confront a new challenge. The future
of the military gas turbine engine industry will be based not only on
performance but affordability as well. This effort shall address the
affordability of gas turbine engines by effectively coupling advanced
technology tools, new business practices and policies, and lean
principles. The Air Force's Manufacturing Technology Directorate is
launching a major initiative aimed at the aircraft propulsion
investment casting sector. The majority of the manufacturing related to
this particular sector is conducted at the supplier base. Teaming
arrangements are strongly encouraged among the propulsion supplier base
including supplier operations, engine manufacturer product centers,
material suppliers, design, customer, customer services and support,
and other participants as appropriate. The initial focus of this
initiative will be on investment casting of complex nickel-base
superalloy and titanium-base airfoil and large structural castings for
man-rated gas turbine engines. Program tasks shall address production
requirements. These components are generally costly, difficult to
manufacture, and require long delivery cycles. The program shall
address pervasive manufacturing, business policy and practice issues,
and lean manufacturing principles. Pervasive issues are defined as
those manufacturing, business policy and practices, and lean principle
topics that are not specific to a process, alloy/material, or company.
Examples include, but are not limited to: (1) Quality of airfoil and
large structural castings driven by dimensional or microstructural
nonconformity, (2) Long manufacturing cycle times for development and
production castings driven by tooling procurement, certification
requirements, quality requirements, etc., (3) Lean practices which
yield streamlined functions, optimized processes, elimination of
unnecessary activities, etc. Offerors shall identify tasks which
demonstrate payoff of the above mentioned topics within the first two
years of the effort, and every two years thereafter. Along with these
tasks, offerors shall include a plan and approach to transition the
technology to production. Program success shall be measured through
major component fabrication demonstrations and implementation of new
business practices which exhibit clear improvements in quality, cycle
time, and a concomitant reduction in cost. Offerors shall benchmark
current processes and practices to establish a baseline value from
which to measure improvements. Component demonstrations shall be on
turbine airfoil and large structural castings which are already in
production, or in the Engineering Manufacturing Development (EMD)
phase. All products and processes developed under this initiative shall
be assessed for application beyond initial implementation. Activities
designed to transfer these processes/products identified into the
commercial sector shall be accomplished. Emphasis shall be placed on
making those products/processes commercially available through selected
use of appropriate third party vendors during the program. The effort
should be generally structured to consist of three major Phases: (1)
Concept Phase which consists of quantitative benchmarking of the
''as-is'' process, and identification of key tasks for ''proof of
concept'' demonstration and validation. The Concept Phase should also
include an implementation/transition plan to ensure low risk entry of
technology and tools into production, (2) Demonstration and Validation
Phase which will demonstrate and validate the tools and practices
identified in the Concept Phase, and (3) Production Transition Phase
which will incorporate successful technologies into a production run
and measure the improvements against the baseline. (2) Deliverable
Items: The following deliverable data items shall be required where
appropriate: (a) Still Photo Coverage, DI-MISC-80169 (as required), (b)
Funds And Man-Hour Expenditure Report, DI-FNCL-80331/T (monthly,
tailored for contractor format), (c) Scientific and Technical Reports,
Interim, DI-MISC-80711/T (semi-annually, tailored for contractor
format), (d) Scientific and Technical Reports, Final, DI-MISC-80711/T,
(e) Status Report, DI-MGMT-80368/T (monthly, tailored for contractor
format), (f) Project Planning Chart DI-MGMT-80507A/T (monthly, tailored
for contractor format), (g) Scientific and Technical Reports,
Contractor's Billing Voucher DI-MISC-80711/T (monthly, tailored for
contractor format), (h) Contract Funds Status Report, (CFSR),
DI-F-6004B/T (quarterly, tailored for contractor format), (i)
Presentation Material, DI-ADMN-81373/T (as required, tailored for
contractor format), (j) Technology Transfer (Commercialization) Plan,
DI-MISC-80711/T. (3) Security Requirements: (a) It is anticipated that
all work done under any resultant award will be unclassified and the
performance of the effort will not require access to classified
material. (b) International Traffic in Arms Regulations and Export
Administration Regulations apply. (4) Other Special Requirements: (a)
Proposals shall include a ''kick-off'' meeting to be held at
Wright-Patterson AFB within 30 days after program award and semiannual
review meetings to be held alternately at the contractor's plant and
Wright-Patterson AFB. (b) A preliminary technology transfer
(commercialization) plan shall be provided as part of the offeror's
proposal. C--ADDITIONAL INFORMATION: (1) Anticipated Period of
Performance: The total length of the technical effort is estimated to
be 62 months. The contractor shall also provide for an additional 4
months for processing/completion of the final report. (2) Expected
Award Date: 15 Aug 95. (3) Government Estimate: The Government funding
profile is estimated to be as follows: FY95 - $200K, FY96 - $2700K,
FY97 - $4500K, FY98 - $5000K, FY99 - $4000K, FY00 - $3000K FY01 -
$600K. This funding profile is an estimate only and is not a promise
for funding as all funding is subject to change due to Government
discretion and availability. (4) Type of contract: Cost Reimbursement.
Any grants awarded will be Cost (no fee). Other contract types if
proposed, will be considered. (5) Government Furnished Property: None
contemplated. (6) Size Status: For the purpose of this acquisition, the
size standard is 1000 employees (SIC 8731). (7) Notice to Foreign-Owned
Firms: Such firms are asked to immediately notify the Air Force
Contract Negotiator cited below upon deciding to respond to this
announcement. Foreign contractors should be aware that restrictions may
apply which could preclude their participation in this acquisition.
(0024) Loren Data Corp. http://www.ld.com (SYN# 0002 19950125\A-0002.SOL)
A - Research and Development Index Page
|
|