|
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1997 PSA#1910R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH
45433-7607 A -- JOINT EXPENDABLE TURBINE ENGINE CONCEPT (JETEC) PART 1 OF 1 SOL
PRDA 97-04-POK DUE 093097 POC Christal Borum, WL/POKB, Contract
Negotiator, (937) 255-4818 INTRODUCTION: "Joint Expendable Turbine
Engine Concept (JETEC)", This announcement is in parts. The Aero
Propulsion and Power Directorate, Turbine Engine Division (WL/POT) and
the Naval Air Warfare Center -- Aircraft Division (AIR 4.4T) are
interested in receiving proposals for the research effort described
below. Proposals in response to the PRDA must be received by 1500
hours, 30 September 1997, addressed to: Wright Laboratory, WL/POTP,
Attn: Lt C. Cunningham, Room D-205, Building 18D, Area B, 1950 Fifth
Street, Wright-Patterson AFB, OH 45433-7251, with copies addressed to
the Department of the Navy, Contracts Division, Attn: 262LS, Bldg 588,
MS32, Naval Air Warfare Center -- Aircraft Division, Patuxent River,
MD 20670-5304, Attn: Beverly Abell. Proposal receipt after the date and
time specified herein shall be treated in accordance with restrictions
of FAR 52.215-10. Proposals shall be submitted in accordance with this
announcement. There will be no formal request for proposal or other
solicitation request in regard to this requirement. OFFERORS MUST HAVE
A REPRESENTATIVE ATTEND THE PRE-PROPOSAL CONFERENCE ON 25 AUGUST 1997
IN BLDG 18, WPAFB AT 1300. Offerors shall be alert for any required
PRDA amendments that may be published in the Commerce Business Daily.
This PRDA may be amended to allow subsequent proposal submission dates.
This is an unrestricted solicitation. Small businesses are encouraged
to propose on all or any part of this solicitation. Potential offerors
shall request the Supplemental Package to this PRDA. The Supplemental
Package may be requested from Wright Laboratory, Directorate of R&D
Contracting by contacting the contract office POC listed above. The
Supplemental Package contains the Security Classification Guide,
Contract Security Classification Specification DD Form 254, sample
Contract Work Breakdown Structure WL Form 66, Expendable Turbine Engine
Design Information Requirements data package, and Proposal Preparation
Guidelines. The prerequisite for participation as a primary contractor
in the JETEC program is the possession of an approved Advanced
Turbopropulsion Plan applicable to meeting the Phase III engine goals
identified by the Integrated High Performance Turbine Engine Technology
(IHPTET) program. Offerors should request a copy of the Wright
Laboratory guide entitled "PRDA and BAA Guide for Industry". This guide
was specifically designed to assist offerors in understanding the
PRDA/BAA process. Copies may be requested from Wright Laboratory,
Directorate of R&D contracting at the above address or on the Internet
at http://www.wl.wpafb.af.mil/contract/prdag.htm. B-REQUIREMENTS: (1)
Technical Description: The Integrated High Performance Turbine Engine
Technology (IHPTET) program is a DOD, NASA, and Industry program
focused on the development of revolutionary and innovative gas turbine
engine technologies which offer an affordable approach to future
system requirements. These technologies will permit a doubling of
turbopropulsion capability while reducing engine costover the baseline
engine configuration established in the 1980s. To achieve this goal,
Wright Laboratory (WL), Aero Propulsion and Power Directorate,
Wright-Patterson AFB, OH, and the Naval Air Warfare Center Aircraft
Division, Propulsion and Power Engineering Department, Patuxent River,
MD integrate advanced technology components developed under Government
Exploratory Development (6.2) efforts, contractor IR&D efforts, and
other company sponsored programs into the Joint Expendable Turbine
Engine Concept (JETEC) technology demonstrator program (6.3). The JETEC
program provides the demonstration and verification required to
transition, with acceptable risk, affordable, high payoff turbine
engine component technologies to a wide variety of propulsion systems
for limited-life and expendable applications, including missiles and
Unmanned Air Vehicles (UAVs). The JETEC program conducts demonstrator
engine testing to assess the turbine engine component technologies and
validate performance, structural, and costmodels/design systems. This
effort includes design, fabrication, assembly, instrumentation, test
and analysis to characterize the aerodynamic, thermodynamic, mechanical
performance, and production cost of new and/or modified components.
Each offeror shall include in his proposal his overall plan for meeting
the IHPTET Phase III Thrust-to-Airflow (Fn/Wa) and/or Thrust-Specific
Fuel Consumption (SFC), and production cost goals (in FY90 dollars) for
expendable engines and identify what progress will be made in this
effort. Each offeror shall also provide their Advanced Concepts plan
defining post-Phase III goals through the year 2010. Rationale for the
link between the contractor's Phase III plan and their Advanced
Concepts plan should be clearly defined. The offeror's plan shall
include a component development and an integrated JETEC plan addressing
both technical and financial requirements. Risk reduction strategies
such as teaming arrangements with other IHPTET contractors, component
development plans, efforts used to enhance model validation, low-cost
manufacturing processes, etc. are considered by the Government to be of
extreme importance in the ability to meeting the IHPTET goals. These
risk reduction strategies will be strongly considered in the
evaluation. Plans for technology transition to UAVs (combat and
reconnaissance) and missiles (cruise and fast reaction) are also
considered highly important. The desired technical effort should
include a basic effort described below and may include options in
achieving the JETEC Phase III goals. The basic effort shall consist of
design, analysis, fabrication, assembly, test and post test assessment
of an Expendable Turbine Engine commensurate with progress toward
and/or fully meeting the IHPTET Phase III goals. The offeror must
propose on the basic effort in order to propose an option program. Each
offeror's base program should consist of: (a) Turbine Engine Design
Definition including altitude/Mach capability representative of
potential subsonic or supersonic unmanned applications, (b) Long Lead
Time Material Procurement, (c) Component Design/Modification, (d)
Fabrication/ Hardware Procurement, (e) Assembly and Instrumentation,
(f) Demonstrator Engine Testing (including performance, starting, and
operability assessment), (g) Post Test Assessment, (h) Configuration
Definition/Long-Range Planning, (i) System Safety Analysis, (j)
Technology Readiness Assessment for every advanced technology
component, including MERQ (Material Properties, Environment, Reaction,
Quality) Structural Evaluation, (k) Logistics Support and System Life
Cycle Cost Analysis addressing IHPTET engine production cost and an
assessment of engine development cost (in FY90 dollars), and (l)
Manufacturing Process Analysis. Optional tasks may include, but are not
limited to, the following tasks: additional hardware design,
fabrication, and engine testing representative of subsonic or
supersonic flight conditions; design and fabrication of other
additional Phase III hardware; or the preliminary design of an IHPTET
Advanced Concepts demonstrator engine. The above tasks shall be subject
to the following general requirements and constraints, where
appropriate: (a) Each task shall be part of the offeror's existing or
modified Government coordinated Advanced Turbopropulsion Plan (ATPP),
(b) Government reviews shall be held at the end of the preliminary and
final design tasks with Government approval required to proceed in
each instance. At these reviews, the offeror shall review the status
relative to each of the IHPTET Phase III goals. Reviews shall include
the approach and methodology used to determine component (including
major sub-assemblies) production costs. The IHPTET goals discussion
should address bookkeeping required for instrumentation losses,
material changes, and the methodology used to determine production cost
and performance. Component discussions will include proposed structural
and aerodynamic modeling techniques. (c) Proposed engine testing shall
require Governmental approval of instrumentation and test plans prior
to demonstration. (d) Methods in achieving engine performance and cost
reduction goals shall be proposed by each offeror representative of
progress toward IHPTET Phase III goals. (2) Deliverable Items: The
following deliverable item shall be required: (a) Scientific and
Technical Reports-Final Report DI-MISC-80711/T (ONE/R), (b) Contract
Funds Status Report (CFSR) DI-MGMT-81468/T (QRTLY), (c) Scientific and
Technical Reports- Contractor's Billing Voucher DI-MISC-80711/T
(MTHLY), (d) Contract Work Breakdown Structure DI-MGMT-81334/T (ONE/R),
(e) Cost/Schedule Status Report (C/SSR) DI-MGMT-81467/T (QRTLY), (f)
Project Planning Chart DI-MGMT-80507A/T (ASREQ), (g) Status Report
DI-MGMT-80368A/T (QRTLY), (h) Conference Minutes DI-ADMN-81250A/T
(ASREQ), (i) Presentation Material DI-ADMN-81373 (ASREQ), (j) System
Safety Hazard Analysis Report (SSHAR) -Preliminary Hazard Analysis
DI-SAFT-80101A/T (ONE/R), (k) Test reports DI-NDTI-80809A/T (ASREQ),
(l) Scientific and Technical Reports-Photographic Plan DI-MISC-80711A/T
(ASREQ), (m) Technical Video Tape Presentation DI-MISC-81275A/T
(ASREQ), (n) Maintainability Status Report DI-MNTY-80828/T (ASREQ), (p)
Scientific and Technical Reports-Material Research and Development
Report DI-MISC-80711/T (ASREQ), (q) Test Plan DI-NDTI-80566/T (ONE/R),
(r) Scientific and Technical Reports-Detailed Research Plan
DI-MISC-80711/T (ONE/R), (s) Subsystem Design Analysis Report
DI-GDRQ-80567/T (ASREQ), (t) Scientific and Technical Reports-Interim
Technical Report DI-MISC-80711/T (ASREQ), (u) Functional Cost Hour
Report-Final Report DI-F-6007/T (ONE/R). (3) Security Requirements: The
security classification guidance for this work will be the Security
Classification Guide: Air Breathing Turbine Engine Aircraft and Missile
Propulsion, dated 06 Jan 1997, and subsequent updates thereto. Access
to and generation of classified data up to and including SECRET may be
required to support this work effort. Any extracts or use of such data
shall require the application of derivative classification and markings
consistent with the source from which the extracts were made. Offerors
must be capable of assembling, instrumenting, storing and testing
classified demonstrator hardware as well as the generation and storage
of classified data. Offerors responding to this PRDA shall include in
any offer their assigned "Commercial and Government Entity Code,"
(i.e., Federal Supply code for Manufacturers -- a five digit code
assigned by the Commander, Defense Logistics Service Center, At
DLSC-CGC, Federal Center Battle Creek, MI 49016) (Reference DO
5000-12). (4) Public Law 98-94: Since public law 98-94 is applicable to
this program, offerors must prepare a DD Form 2345, Export-controlled
DoD Technical Data Agreement, and forward it to: Commander, Defense
Logistics Service Center, Attn: DLSC-FBA, Federal Center, Battle Creek,
MI 49017-3084 or provide evidence that registration with DLSC is
already on file. C-ADDITIONAL INFORMATION: (1) Total Contract Period
Anticipated: The total length of the technical effort is estimated to
be 44 months. The contractor shall also provide for an additional 4
months for processing/completion of the final report. (2) Expected
Award Date: November 1997. (3) Government Estimate: Level of effort for
the JETEC program is estimated at $28,640,000 for all awards with the
following projected fiscal year funding profile: FY98 -- $4.5M, FY99 --
$9.1M, FY00 -- $7.8M, FY01 -- $7.2M. (4) Type of Contract: Cost Plus
Fixed Fee (completed). (5) Government Furnished Property: Category I
petroleum products will be supplied as GFP, if it less expensive or
otherwise in the best interest of the Government. Government-owned
turbine engine hardware and components developed under existing
previous contracts will be furnished, if available and if their use is
necessary and practical for the performance of technical tasks under
this effort. (6) Size Status: Size standard is 1000 employees (SIC
8731). Firms responding should indicate whether they are or are not a
socially and economically disadvantaged business, whether or not they
are a woman-owned business, and should also indicate their size status.
(7) Notice to Foreign or Foreign-owned Firms: Foreign or foreign owned
firms are asked to notify the Air Force point of contact cited in this
PRDA upon deciding to respond to this announcement. Certain
restrictions may apply which could preclude foreign or foreign-owned
firms from participating as a prime in the JETEC program. (0225) Loren Data Corp. http://www.ld.com (SYN# 0002 19970815\A-0002.SOL)
A - Research and Development Index Page
|
|