Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 26,1995 PSA#1270

R&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