Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JULY 20,1995 PSA#1392

ASC/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