|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1997 PSA#1961Administrative Contracts Service Center (3803R), Environmental
Protection Agency, Ronald Reagan Building -- 7th Floor, 1300
Pennsylvania Avenue, N.W., Washington, DC 20460 B -- EVALUATION OF JET AVIATION EMISSIONS SOL XX7001 DUE 111397 POC
Mekeba Brown 202-564-4784 Statement of Work BACKGROUND: The
Environmental Protection Agency (EPA), Office of Atmospheric Programs
(OAP), is evaluating the effects of jet aircraft emissions and models
for high speed transport on both the lower stratosphere and the upper
troposphere. Jet aircraft at cruise altitude inject emissions directly
into the free troposphere. Information reviewed to date indicates that
the oxides of nitrogen (NOx) emitted from jet aircraft may
significantly contribute to ozone formation in the upper troposphere
and high speed transport may contribute to ozone depletion in the
stratosphere. Significant issues that require further investigation
include the fuel use and NOx trade-off issues based on engine designs
for both projected growth versions of current engines such as the
"throttle push" versions of today's large thrust, high pressure ratio
engines, as well as the next generation of higher pressure ratio
engines that are under development. In order to conduct this further
investigation,the OAP requires contractor support. This support must be
based upon extensive experience, nationally and internationally, in the
combustion system research, design, analysis, and development of
aircraft engines, particularly the development and application of
emission abatement technology. TASK 1: The contractor shall review
information including numerous documents developed by and for the
International Civil Aviation Organization's Committee on Aviation
Environmental Protection, relevant reports and working papers by
AERNOX, NASA, FAA, ICCAIA, DLR, DERA, Air Canada, Pratt & Whitney,
General Electric, Rolls Royce, Boeing, and McDonald Douglas. Based on
this information and on the consultant's personal expertise, the
contractor will develop a report concerning the fuel use and NOx
tradeoff issues based on engine designs. Specifically, the contractor
will provide information concerning the potential for more stringent
NOx requirements to degrade the fuel economy of both projected growth
versions of current engines such as the "throttle push" versions of
today's large thrust, high pressure ratio engines, as well as the next
generation of higher pressure ratio engines that are under
development. This working paper will consider throttle push engines,
and any potential adverse fuel economy effects for 5%, 10%, 15%, and
20% NOx stringency increases, particularly, the effect for engines that
may not currently meet these more stringent levels. This working paper
will: 1) consider whether combustor design modifications can
reasonably be expected to improve NOx performance without degrading
fuel consumption, and 2) include an evaluation of whether stringency
standards are an economic issue rather than an issue of the technical
ability for both NOx and fuel economy. This working paper will also
include an assessment of the role the competitive market place plays in
improving fuel efficiency, thus reducing CO2 emissions. Furthermore,
the working paper will evaluate whether these same competitive market
place influences can influence NOx emission reductions. The working
paper will consider the potential for the drive to improve fuel
efficiency result in a reduction of NOx emissions. In addition, the
role of operational measures for reducing both NOx emissions and
improving fuel economy will be assessed. The working paper will include
a section that assesses the success with the next generation of engines
that already achieve low NOx levels. Where this is coupled with
reasonably expected improvements in engine cycles, materials, and
combustor technology, the working paper will evaluate the expectation
for improved fuel economy. In addition, the working paper will assess
improved fuel economy in the context of still maintaining a
conventional combustor and/or incorporating a double annular/ axially
staged combustor. Include information concerning the potential
introduction of increased NOx stringency standards. Finally, the
working paper will include information concerning the NASA Advanced
Subsonic Technology(AST) program and its stretch goals to reduce
emissions. Deliverable Due Date: Draft Working Paper -- Within 4 weeks
from date of contract award. Final -- Within two weeks of receiving
written comments from EPA TASK 2: The contractor shall research
information on high speed civil transportation (HSCT) and submit a
draft memo discussing likely scenarios of environmental impacts
relating to engine design. In particular, discuss the reasonably
expected levels of emissions, particularly CO2 and NOx. Discuss the
reasonableness of fuel efficiency designs. Include information
concerning the NASA High Speed Research (HSR) program and its stretch
goals to reduce emissions. Deliverable due date: Draft memo -- January
30, 1998. Final -- within one month of receiving written comments from
EPA All deliverables for Tasks 1 and 2 shall be delivered in hard copy
and on a 3.5 in. disk in WP 6.1. Technical Evaluation Criteria The
contractor must demonstrate extensive working experience and technical
expertise devoted to research, design, analysis and development of
aircraft engine combustion systems, including development and
application of emission abatement technology. Work Experience 55 points
Demonstration of extensive working experience shall include either
employment or affiliation with industry and international aviation
standards-setting companies and organizations, and serving as technical
advisor to U.S. delegations on international aviation environmental
issues. Technical Expertise 45 points Demonstration of technical
expertise shall include education, publications, awards, honors and
professional associations. Disclosure Statentent for Organizational
Conflicts of Interest (a) The section K provision, ORGANIZATIONAL
CONFLICT OF INTEREST CERTIFICATION (EPAAR 1552.209-72), requires the
offeror to certify whether or not it is aware of any potential
organizational conflict of interest. If the offeror is aware of any
potential conflict of interest, the provision of section
L,ORGANIZATIONAL CONFLICT OF INTEREST NOTIFICATION (EPAAR 1552.20970),
requires the offeror to provide a disclosure statement with its
proposal describing all relevant.information concerning any present of
planned interests bearing on whether it (including its chief
executives and directors, or any proposed consultant or subcontractor)
may have a potential organizational conflict of interest. (b) The
Agency has determined that a firm that has activities or relationships
with other persons in the airline industryhas a significant potential
conflict of interest in relation to the requirements of this
solicitation. Also, potential conflict exists for firms which
manufacture airline engines or airframe manufacuturer, related trade
associations or related government agencies -including but not limited
to Dept. of Transportion and NASA. (c) In addition, a potential
organizational conflict of interest may exist with firms that provide
consulting and/or technical services to firms in the airline industry.
Likewise, a potential COI would exist if the contractor acts in a
consulting or advisory capacity with, or for, firms trying to overturn
or circumvent the regulations which are the intended outcome of this
contract. (d) Firms responding to this solicitation are required to
disclose such business relationships. The disclosure statement must
address actual and potential organizational conflicts of interest
within the offeror's entire corporate umbrella, including parent
companies, sister companies, affiliates, subsidiaries, and other
interests held by the offeror. In addition to identifying actual and
potential organizational conflicts of interest, the disclosure
statement shall describe how any such conflicts can be avoided,
mitigated, or neutralized. The Contracting Officer will determine an
offeror's eligibility for award based on the information provided in
the disclosure statement. (e) The purpose of requiring the information
covered by paragraph (d) above is to provide the Agency with an
opportunity to assess its vulnerabilities relative to organizational
conflicts of interest of individual offerors prior to award. The Agency
recognizes that there exists a need for firms to gain the requisite
technical experience necessary to fulfill the requirement of the
proposed contract and that such experience is often gained through
provision of consulting or related technical services to individual
members of the regulated community. Accordingly, the fact that a firm
has, is or plans to work for entities of the regulated community will
not necessarily disqualify the firmfor consideration for award on the
basis of actual or potential conflicts of interest. There is a concern,
however, that firms which depend to a considerable extent on commercial
work form the regulated industries covered by this solicitation may
have an inherent bias in favor of the regulated industries. The more
dependent an offeror is upon commercial work for the regulated
industries, the greater concern the Agency will have. There is not set
formulafor determining how much corporate business with the regulated
community would result in a determination by the Contracting Officer
that award to a particular Offeror would not be in the best interests
of the Government due to organizational conflict of interest concerns;
each offeror will be evaluated individually on the basis of the
information disclosed pursuant to the requirements of this provision
and upon the adequacy of the offeror's,plan for avoiding, mitigating,
or neutralizing such conflicts. In summary the Agency is seeking a
technically qualified firm which can demonstrate that its corporate
base of activities will not impact its ability to provide unbiased work
products to the Agency under the proposed contract. THE ABOVE
DESCRIPTION INCLUDES ALL INFORMATION AVAILABLE FOR THIS SOLICITATION.
INTERESTED PARTIES SHOULD PREPARE THEIR PROPOSALS BASED ON THE
INFORMATION PRESENTED HERE. ANY AWARD RESULTING FROM THIS SOLICITATION
WILL BE MADE USING THE SIMPLIFIED ACQUISITION PROCEDURES IN FAR PART
13, AS A FIRM FIXED PRICE ORDER AND IS RESERVED FOR SMALL BUSINESS
CONCERNS (SIC CODE 8741). (SEE FAR PART 19 FOR SMALL BUSINESS
CLASSIFICATIONS.) ANY QUESTIONS CONCERNING ANY PART OF THIS
ANNOUNCEMENT, SHOULD BE FAXED OR E-MAILED TO THE ATTENTION OF MEKEBA
BROWN AT (FAX) 202-565-2554 OR E-MAILED TO:
BROWN.MEKEBA@EPAMAIL.EPA.GOV ANY QUESTIONS RECEIVED WILL BE ANSWERED
VIA CBD MODIFICATION. SPECIFIC QUESTIONS ABOUT THE SOLICITATION WILL
NOT BE ADDRESSED OVER THE PHONE. QUESTIONS CONCERNING DATES OR DELIVERY
LOCATION OF PROPOSALS WILL BE ANSWERED VIA PHONE. PROPOSALS SHOULD BE
MAILED TO U.S. EPA; 401 M STREET, SW; MC 3803R; WASHINGTON DC 20460
(ATTN. MEKEBA BROWN). HAND DELIVERED (INCLUDING UPS, FEDEX, EXPRESS
MAIL, ETC.) SHOULD BE DELIVERED TO: U.S. EPA; OAM -- RONALD REAGAN
BUILDING; 1300 PENNSYLVANIA AVENUE, NW; WASHINGTON, DC 20004; ATTN:
MEKEBA BROWN (71279). E-MAIL PROPOSALS TO:BROWN.MEKEBA@EPAMAIL.EPA.GOV
OR FAX TO: MEKEBA BROWN AT 202-565-2554. DEADLINE FOR RECEIPT OF
PROPOSALS IS WEDNESDAY, NOVEMBER 13 AT OR BEFORE 10:00 AM EST. (0300) Loren Data Corp. http://www.ld.com (SYN# 0008 19971029\B-0002.SOL)
B - Special Studies and Analyses - Not R&D Index Page
|
|