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