COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 14, 2001 PSA #2788
SOLICITATIONS
C -- DEVELOPMENT OF AN ARMY AVIATION TEST FACILITY CELL MECHANICAL SYSTEMS.
- Notice Date
- February 12, 2001
- Contracting Office
- Department of the Interior, Minerals Management Service, Procurement Operations Branch, MS2500, 381 Elden Street, Herndon, Virginia 20170-4817
- ZIP Code
- 20170-4817
- Solicitation Number
- 1435-01-00-RP-31140
- Point of Contact
- Linda M. Butler, Contracting Officer, (703) 787-1361
- E-Mail Address
- Click here to send e-mail to Contracting Officer. (linda.butler@mms.gov)
- Description
- The US Dept of the Interior, Gov.Works, Procurement Operations, intends to solicit the following requirement for the US Army Aviation Engineering Directorate (AED), Propulsion Division and The Redstone Technical Test Center (RTTC), Static Test Branch. RTTC is collaborating to fully develop the Redstone Aviation Propulsion Test and Research (RAPTR) Facility. This facility shall be capable of testing all current and future Army fielded engine systems. A separate solicitation is being competed under RFP #1435-01-00-RP-31139 to construct the RAPTR turboshaft engine test facility. The objective of this requirement is to fully develop the RAPTR Facility test cell mechanical systems meeting all Army test capability requirements outlined in the SOW. The RAPTR Facility shall include 2 engine test rigs, one capable of testing engines up to the 3500 shaft horsepower (25,000 rpm output speed) and the other capable of testing engines up to the 6000 shaft horsepower (17,000 rpm output speed). The control and data acquisition facility shall have the capability of operating and controlling both test rigs. Both test rigs shall employ air dynamometer load absorption systems. Construction of the RAPTR Facility shall focus on the development of a T800-LHT-800/801 and T700-GE-700/701C turboshaft engine test capability. The priority is the T800-LHT-801 test capability. The contractor shall be responsible for all aspects of the engine test sled system design down line of the test cell engine interface junction box. The interface junction box (where data lines from the engine interface with the test facility) shall be the responsibility of the contractor. All design and development efforts shall support the modularity concept of the RAPTR Facility. The contractor shall provide design, specification, development, hardware, material, and software related to Section 3.0 tasks. The contractor shall support RTTC in the installation of the facility systems. All tasks specified in this SOW shall accommodate installation and testing of T700-GE-700/701/701C and T800-LHT-800/801 engines. Deliverables shall be provided within 6 months after receipt of order. The contractor shall support facility operations for a warranty period of 1 year after acceptance of the system. All expressions of interest shall be received within 15 days after date of publication of this synopsis. Send requests for electronic RFP to the Contracting Officer, linda.butler@mms.gov. The Government shall not be responsible for any costs associated with preparing a response to this notice. It is anticipated that the resulting contract will be a commercial item, firm-fixed-price contract. The NAICS code for this requirement is 541330 ($4.0M) to qualify as a small business. You may request a copy of the RFP electronically from the Contracting Officer, Ms. Linda M. Butler at linda.butler@mms.gov. All questions concerning this notice must be addressed in writing, by e-mail to the Contracting Officer, or by fax at (703)787-1387. Specify the RFP number and include the complete name of the firm, address, telephone and fax numbers, and e-mail address.
- Web Link
- Web site for Gov.Works (www.govworks.gov)
- Record
- Loren Data Corp. 20010214/CSOL001.HTM (W-043 SN50D4A1)
| C - Architect and Engineering Services - Construction Index
|
Issue Index |
Created on February 12, 2001 by Loren Data Corp. --
info@ld.com
|
|
|
|