|
COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1995 PSA#1392ASC/LPKJ, Bldg 46, 1895 Fifth Street, Wright-Patterson AFB, OH 45433-
7200 A -- A-ENGINE MODEL DERIVATIVE PROGRAM (EMDP) POC Contracting Officer
Deanna F. Hall, (513) 255-2068. This synopsis supersedes the previous
synopsis, dated 19 Jun 95. The Propulsion Development Systems Office
is contemplating the award of Task Order Contracts for analyses,
demonstrations, evaluations, and studies that support potential
derivative aircraft gas turbine engine developments for engine
capability enhancements and new applications for existing engines under
the Engine Model Derivative Program (EMDP). EMDP transitions technology
and enhances existing military aircraft propulsion systems by
incorporating demonstrated engine technology. This is accomplished
through incorporation of performance, operability, reliability,
maintainability, supportability, survivability, producibility,
affordability, and life cycle cost improvements to aircraft gas turbine
engines. Successful contractors must as a minimum document or
demonstrate the following in-house capabilities with respect to
aircraft gas turbine engines: (1) possess a baselined engine suitable
for military application, (2) perform engine development and
production, (3) possess experience with system and subsystem
contractors in providing interface definition, performance estimates,
engine duty cycle definition, airframe and engine design trade study
analyses, and life cycle cost analyses, (4) demonstrate technology by
analyzing, designing, and testing engine hardware, (5) perform engine
feasibility studies for conceptual airframe design(s), (6) define
specification requirements for engines, (7) generate and provide plans
that describe the technical effort, schedule, hardware definition, and
funding requirements for the initial development phases, (8) provide
plans and specifications for Engineering Manufacturing and Development
efforts, (9) satisfy secret level classification security
requirements, and (10) perform logistics support analysis including
support functions such as (a) technical order writing, (b) training,
(c) support equipment, (d) repairs development, (e) facilities, and (f)
supply support. The Task Order performance period will begin upon
receipt, by the contractor, of a fully executed copy of the contract
and will continue for a period of three years. Individual tasks have a
performance duration of six months to thirty-six months. This
requirement is designated as SIC 3724 with a size standard of 1,000
employees. Upon responding, please state whether your firm is a large
or small business. An Ombudsman has been established for this
acquisition. The purpose of the Ombudsman is to receive and communicate
serious concerns from potential offerors when an offeror prefers not to
use established channels to voice concerns during the proposal
development phase of this acquisition. All potential sources should use
established channels to voice concerns before resorting to use of the
Ombudsman. Potential offerors are invited to contact ASC's Ombudsman,
Col Robert C. Helt, ASC/CY, Bldg 2041, 2511 L Street, Wright Patterson
AFB OH 45433-7303, at (513) 255-1427, with serious concerns only.
Routine communications concerning this acquisition should be directed
to the point of contact listed below. Upon responding to this synopsis,
potential sources expressing interest must provide written
documentation such as a copy, an excerpt, or citation of the specific
technical effort that demonstrates the source's ability to satisfy all
ten of the above technical criteria. Please include the following
contract award data for current and previous contracts for aircraft gas
turbine engine effort: (1) the contract number(s), (2) the contracting
activity(ies), (3) the date of contract award, (4) the contract
performance period, (5) the scope of technical requirements, and (6)
the dollar amount of each contract. This information should be sent to
ASC/LPKJ, Building 46, 1895 Fifth Street, Wright-Patterson AFB OH
45433-7200 not later than 9 Aug 95. The point of contact is Deanna
Hall, (513) 255-2068. (0199) Loren Data Corp. http://www.ld.com (SYN# 0011 19950719\A-0011.SOL)
A - Research and Development Index Page
|
|