Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF AUGUST 15,1997 PSA#1910

R&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