Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 9,2000 PSA#2533

ASC/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