Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 11,2000 PSA#2535

Commander, Naval Air Systems Command (Code 2.3), Patuxent Naval Air Station, Bldg 2272, Lexington Park, MD 20670

J -- R & D TO REPAIR S-3 INTEGRATED DRIVE GENERATOR FOR OIL MANAGEMENT PROBLEMS SOL N00019-00-R-0234 POC Kent Munro, Contract Specialist, AIR-2.3.2.1.3, Phone (301)757-5245 E-MAIL: munrokr@navair.navy.mil, munrokr@navair.navy.mil. The Naval Air Systems Command (NAVAIRSYSCOM) Patuxent River, anticipates awarding a sole-source contract to Hamilton Sundstrand Aerospace (Sundstrand), 4747 Harrison Avenue, Rockford, Illinois 61125 in support of the Navy's effort to develop and test product improvements to the S-3 Integrated Drive Generator (IDG) (Sundstrand part number 710460) to improve its reliability and performance during aircraft carrier catapult launches. Sundstrand is the original equipment manufacturer (OEM) of the IDG used on the S-3 aircraft. Sundstrand is the only company which has access to the engineering drawings necessary to provide the required engineering services. The purpose of the proposed effort is as follows: Conduct a complete Design Review at Sundstrand's engineering facilities; Provide technical details of the IDG modifications intended to improve reliability and oil management during catapult launches; Provide technical details of the testing required verifying these modifications; Present existing IDG heat rejection test data and identify the worst case position and attitude; Modify two production S-3 IDGs, provided by the Navy, to incorporate IDG improvements identified at the design review and approved by the Navy (One test sample shall be flightworthy and the other shall be for laboratory test only); Provide a test plan and perform laboratory testing for verification of IDG improvements; Support flight testing of the flightworthy S-3 IDG test article by the Navy at Patuxent River; Provide a final report covering both flight and laboratory testing, and provide an engineering change proposal, including all drawings and instructions required for implementation of the improved S-3 IDG at Navy depot-level repair facilities. Based on the aforementioned, it is in the Government's best interest to award a sole-source contract to Sundstrand and is done so under FAR 6.302-1: Only one responsible source and no other supplies or services will satisfy agency requirements. Any companies desiring to indicate and prove their capability to perform the above requirements may do so in writing to: NAVAIRSYSCOM, Attn: Mr. Kent Munro, Bldg 2272/Suite 155, AIR-2.3.2.1.3, 47123 Buse Road, Unit #IPT, Patuxent River, MD 20670-1547 or facsimile (301) 757-5230/5284 Posted 02/09/00 (W-SN423707). (0040)

Loren Data Corp. http://www.ld.com (SYN# 0049 20000211\J-0012.SOL)


J - Maintenance, Repair and Rebuilding of Equipment Index Page