|
COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533ASC/LPKB 2145 Monahan Way, Bldg 28 Wright-Patterson AFB, OH 45433-7017,
45433 B -- ENGINE TECHNOLOGY IMPROVEMENT PROGRAM SOL Enter Complete
Solicitation Number. DUE 032200 POC Capt Jim Josephson,(937) 255-2619
X-3008 WEB: ETIP-Engine Technology Improvement Program,
http://www.pixs.wpafb.af.mil/pixslibr/ETIP/ETIP.asp. E-MAIL:
James.Josephson@wpafb.af.mil, James.Josephson@wpafb.af.mil. Background
"17. A/OA-10A Aircraft Performance Improvement Re-Engining Study,
Phase II Studies/Definitions Sources Sought, Market Survey, Bidders
Qualifications. Point of contact Robert C. Wonderly, Contracting
Officer, (937) 255-6471 x3009. USAF/Aeronautical Systems Center is
seeking qualified propulsion system sources to assist in the
determination of candidate engine modifications and re-engining options
applicable to the A/OA-10A aircraft to meet the increased aircraft
performance requirements (Phase II). A generic set of engine
specifications based on operational requirements, are currently being
developed under a separate Phase I study. The results of Phase I will
be used as the starting point for the Phase II engine definition study.
Qualified propulsion system sources will assist in identifying
re-engining options, defining projected acquisition, operations and
support costs, as well as developing support options and schedules. The
results of the Phase II study will assist USAF planners in developing
a comprehensive improvement plan for the A/OA- 10A aircraft, which
meets cost, schedule and performance objectives. The following criteria
are established to target the market segment for this acquisition.
Propulsion system sources must: 1. Be a manufacturer of turbofan
engines with uninstalled SLS thrust ratings greater than 7,000 lbs. 2.
Currently have engines in production or have a demonstrated capability
to produce engines in the thrust class listed above. 3. Have
capabilities to integrate and deliver a complete propulsion system:
engine, nacelle, and all other propulsion-related accessories. 4.
Possess capabilities for logistics, maintenance and supply support of
fielded engines, and have compatibility with DOD supply systems or
commercial worldwide supply. Sources responding to this synopsis must
submit a five-page or less statement of technical capability addressing
these criteria by (TBD +30). Subsequently, sources may be required to
present a Point of Contact in support of their capabilities to assist
the USAF with Phase II studies of the A/OA-10 aircraft power plant
replacement/upgrade. It is anticipated, funded definition contracts
will be issued to qualified engine sources to assist the USAF in
establishing key program requirements, cost and schedule estimates,
trade-off analysis, logistics and support features. Phase II contract
efforts are expected to be up to 270 days with expected requests for
proposal approximately (TBD +60). Mr. Stephen Plaisted has been
appointed as Ombudsman to hear concerns from offerors, or potential
offerors, during the proposal development. The purpose of the Ombudsman
is to communicate contractor concerns, issues, disagreements and
recommendations to the appropriate government personnel. Existence of
the Ombudsman does not diminish the authority of the program director
or the Contracting Officer. Accordingly, the Ombudsman does not
participate in the preparation of solicitations, evaluation of
proposals or the source selection process and therefore, for routine
matters on individual solicitations please contact Capt Jim Josephson,
(937) 255-6471x3008. The Ombudsman should only be contacted with
issues or problems that have been previously brought to the attention
of the contracting officers and could not be satisfactorily resolved at
that level. Direct all requests for solicitations and routine
communication concerning this acquisition to Capt Jim Josephson (937)
255-6471 x3008, buyer, ASC/LPBK, 2145 Monahan Way, Building 28,
Wright-Patterson AFB OH 45433- 7017, (937) 255-6471x3009, FAX (937)
255-7757, or e-mail: [mailto: James.Josephson@wpafb.af.mil]. Contractor
capability response should be submitted to ASC/LPKB and/or ASC/LPJ no
later than 22 Mar 2000. " Posted 02/07/00 (D-SN422761). (0038) Loren Data Corp. http://www.ld.com (SYN# 0016 20000209\B-0006.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|