Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 29,1997 PSA#1961

Administrative 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