Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF NOVEMBER 08, 2006 FBO #1808
SOLICITATION NOTICE

28 -- 577 AESG/PK C-17 Aircraft Engines

Notice Date
11/6/2006
 
Notice Type
Solicitation Notice
 
NAICS
336412 — Aircraft Engine and Engine Parts Manufacturing
 
Contracting Office
2145 Monahan Way Building 28 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS5064
 
Response Due
11/21/2006
 
Archive Date
12/30/2006
 
Small Business Set-Aside
N/A
 
Description
Technical Point of Contact: Carl Bernett, C-17/F117 Engine IPT Co-Lead, 785-2300 x3039 This is a pre-solicitation notice/synopsis. The 577 Aeronautical Systems Group (577 AESG/PK) anticipates issuing, on or about 1 December 2006, a sole source solicitation to United Technologies Corporation, Pratt & Whitney, 400 Main Street, East Hartford, CT, 06108-0968 for continued production of up to forty (40) C-17 aircraft F117 engines with associated data and support equipment. The planned period of performance for the delivery order contract to be issued as a result of this solicitation is FY07 through FY11. This acquisition is a follow on to the current sole-source multi-year contract currently being performed by Pratt & Whitney (F33657-02-C-0006). A complete re-procurement data package is not available. The purpose of this pre-solicitation notice/synopsis is to determine whether any competitive sources exist and to notify industry of the impending action so that possible subcontracting opportunities may be pursued. Potential subcontractors should contact Pratt & Whitney directly. The point of contact at Pratt & Whitney is Alton Moss, Pratt & Whitney Military Engines, (860)-565-1764, alton.moss@pw.utc.com, 400 Main Street MS 181-43, East Hartford CT, 06108-0968. The National American Industry Classification System (NAICS) code for this procurement action is 336412. Please indicate the number of employees relative to the size standard of 1,000 for this category and a determination of small business status. Respondees shall include their assigned DUNS number and their Commercial and Government Entity (CAGE) code. The offeror must: (1) possess or demonstrate the ability to possess program management, program assembly, engineering, financial, contracting, and quality assurance personnel; (2) possess or demonstrate the ability to possess the material, engineering, factory and flight test equipment, physical facilities; (3) be a responsible contractor with demonstrated, aircraft systems responsibility; (4) be capable of delivering fully qualified engines starting in FY07; and (5) include in their response to this synopsis evidence of these capabilities. Pratt & Whitney has met the above requirements satisfactorily. Potential subcontractors must demonstrate the same type capabilities for subcontracted components/assemblies and any other criteria deemed necessary by the prime contractor. The point of contact for this action is 577 AESG/PK, 2145 Monohan Way, Bldg 28, WPAFB, OH 45433-7142. The Program Manager is Major Kenji Ligon, 577 AESG/YC, C-17/F117 Engine IPT Co-Lead. The Contracting Officer is Mrs. Jackie Owens, 577 AESG/PK, (937) 255-7243 x 3004. The Center/MAJCOM ombudsmen is Mr. Stephen J. Miller, ASC/AE, 1755 Eleventh Street, B570, Room 113, Wright-Patterson AFB OH 45433-7404, Telephone: 937-255-5315, Fax: 937-656-7193, Email: stephen.miller@wpafb.af.mil. If any potential source has questions or concerns about this particular acquisition, please direct all comments to Captain Sarah Sharpe at (937) 255-7243 x3004 and/or Ms. Jackie Owens at (937) 255-7243 x3001 Technical Objective: The engine is intended for use on a subsonic transport aircraft and designed for operation with fixed area exhaust nozzles for both gas generator and fan duct. It must be FAA certified in accordance with Part 33 criteria. It must be compatible with the C-17 transport aircraft and meet the following performance characteristics: Flat Rated to 87 Degrees F Ambient Temperature Military Thrust Rating Commercial Thrust Rating Altitude (ft)MAX T/O SL MAX T/O SLMAX T/O SL MAX T/O SLMAX T/O SLTamb (?F) Mn Minimum Thrust (lb) Bleed (pps) ISA 0 40060 0ISA+28 0 40060 0 ISA+30.8 0 39390 0 ISA+30.8 0.2 32120 0ISA+30.8 0 38980 1.25 (10th), 2.61 (Fan)HPX (hp) 0 0 50 50 50 Altitude Thrust Specific Fuel Consumption Points Military Thrust Rating Commercial Thrust Rating Altitude (ft)MCT MCL SLMCT MCL 15,000MCT MCL 30,000MCT MCL 40,000Part Power 30,000Part Power 40,000Tamb (?F) MN Thrust (lb) 50 hr Average TSFC ISA 0.20 24470 0.4280 ISA 0.60 13830 0.5687 ISA 0.77 9510 0.6113 ISA 0.77 6580 0.6096ISA 0.77 8760 0.6065 ISA 0.77 6160 0.6033TSFC Weighting Factor Bleed (pps) HPX (hp) 0.4 0.67 (10th), 0.69 (Fan) 50 0.4 0.67 (10th), 0.59 (Fan) 50 0.4 0.58 (10th), 0.39 (Fan) 50 0.4 0.51 (10th), 0.26 (Fan) 50 0.5 0.58 (10th), 0.33 (Fan) 50 0.5 0.51 (10th), 0.23 (Fan) 50 THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. This is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUB zone small business concern, a minority institution, and should also indicate if the firm is foreign-owned. For more information on "577 AESG/PK C-17 Aircraft Engines", please refer to: https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5064
 
Web Link
577 AESG/PK C-17 Aircraft Engines
(https://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=5064)
 
Place of Performance
Address: United Technologies Corporation Pratt and Whitney 400 Main Street Hartford, CT
Zip Code: 06108-0968
Country: USA
 
Record
SN01176773-W 20061108/061106222222 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.