MODIFICATION
28 -- A-10 ENGINE UPGRADE SYSTEM DESIGN AND DEVELOPMENT (SD+D)
- Notice Date
- 1/24/2005
- Notice Type
- Modification
- Contracting Office
- 2145 Monahan Way, Bldg 28 Wright-Patterson AFB, OH, 45433
- ZIP Code
- 45433
- Solicitation Number
- TF34UPGRADE
- Response Due
- 2/21/2005
- Small Business Set-Aside
- N/A
- Description
- PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT, AND MATERIAL CLASSCOD: A-10 ENGINE UPGRADE SYSTEM DESIGN AND DEVELOPMENT?POTENTIAL SOURCES SOUGHT OFFADD: ASC/LPN, 2145 MONAHAN WAY, WRIGHT- PATTERSON AFB, OH 45433-7017 SUBJECT: A-10 ENGINE UPGRADE SYSTEM DESIGN AND DEVELOPMENT (SD+D) SOL: N/A DUE: Written responses to this sources sought synopsis should be submitted no later than (30) thirty calendar days from the publication date of this notice. POC: ADRIENNE REXROAD, phone: (937) 255-6161, ext. 3161, email: adrienne.rexroad@wpafb.af.mil DESC: Notice of Contract Action for A-10 ENGINE UPGRADE, POC: Mr. Leroy Long, CONTRACT NEGOTIATOR, phone: (937) 255-3385 ext. 3022, email: Leroy.Long@wpafb.af.mil, Mr. Lewis Reed, CONTRACTING OFFICER, phone: (937) 255-3385 ext. 3057, email: lewis.reed@wpafb.af.mil. The United States Air Force (USAF) is seeking interested sources regarding a requirement for a TF34 propulsion performance upgrade for the A-10 weapon system. The sponsoring activity is Aeronautical Systems Center, Agile Combat Support Wing, Propulsion Squadron, Wright-Patterson Air Force Base, OH. As formally documented in MSIP ORD (2001), the A-10 has long been recognized as underpowered. During FY04, the current Secretary of the Air Force and the Chief of Staff for the Air Force (SECAF/CSAF) requested the USAF address this need. The most effective solution is a kit upgrade to current engine. The upgraded engine must 1) still fit in current nacelle, 2) not require major structural mods, 3) produce sufficient additional thrust to address identified deficiencies, and 4) be funded from within A-10 program in accordance with (IAW) SECAF/CSAF direction. To meet cost and schedule constraints, the A-10 Engine Upgrade must be based on mature technology. The kit approach offers best value, yet meets A-10 and warfighter needs and provides the fastest delivery of the propulsion upgrade at a significantly lower risk. This modification approach saves three to four (3-4) years over development. There is a proposed FY06 target year to begin a three (3) year Systems Design and Demonstration (SDD) effort ($160M budget). The modification kit purchases must begin with adequate leadtime to support kit installations by early FY09, which allows synchronization with planned TF34-100A overhaul schedule. Acquisition planning factors include the following assumptions: 1) The acquisition effort begins at Milestone B, 2) 356 A-10s will be modified, 3) in addition, 68 spare engines will be modified. The table below identifies performance requirements for the upgraded TF34-100 engine. Capability Threshold Objective Justification Operate from high density attitude airfields with militarily significant payloads A 47K lb A/OA-10 (DI of 7.75) operating on a 9000 foot runway at 5,000 feet PA and 35 degrees C can lose an engine at rotation, jettison stores (41.75K lbs remaining, DI of 3.62) and climb with the gear up and failed engine wind milling and maintain a minimum rate of climb of 150 feet per minute (FPM). Same conditions but maintain a minimum climb rate of 500 FPM. Allows safe operations with a militarily significant payload in high DA expeditionary conditions; Enables significantly more worldwide basing options. A 47 K lb A/OA-10 (DI of 7.75) operating on a 9,000 foot runway at 5,000 feet PA and 35 degrees C must have a critical field length of less than 9,000 feet. Same conditions but have a critical field length of less than 7,500 feet. Operate from austere expeditionary airfields A 47K lb A/OA-10 (DI of 7.75) operating on a 5,000 foot runway at 2,500 foot PA and 25 degrees C can lose an engine at rotation, jettison stores (41.7 lbs remaining, DI of 3.62) and climb with the gear up and failed engine wind milling and maintain a minimum rate of climb of 150 FPM. Same conditions but maintain a minimum climb rate of 500 FPM. Allows forward basing of ?Sandy? role aircraft with CSAR Task Force; Enables rapid response to calls for CAS/CSAR; Minimizes sortie transit times and maximizes employment; Allows more staging options for TST operations; Allows staging closer to the ground forces for emergency/immediate CAS. A 47K lb A/OA-10 (DI of 7.75) operating on an airfield at a 2,500 foot PA and 25 degrees C must have a critical field length of less than 5,000 feet. Same conditions but have a critical field length of less than 4,500. Maximize gross weight on take-off (weapons and internal fuel) Operate a 51K lb A/OA-10 (DI of 14.49) on a 9,000 foot runway, sea level, standard day, be able to lose an engine at rotation, jettison stores (41.6K lbs remaining, DI of 3.62( and climb with the gear up and failed engine wind milling and maintain a minimum rate of climb of 150 FPM. Same conditions but operate on a 7,500 foot runway. Leverage PE Mod; Fully capitalize on available hard points in the optimum conditions. TABLE: A-10/TF34 ENGINE UPGRADE REQUIREMENTS Key A-10 engine upgrade attributes include: air to air refueling at higher altitudes, reduced susceptibility to FOD, maintaining existing TF34 reliability, operating above the threat with a 500 FPM rate of climb on a standard day at 20,000 feet, decreasing fuel flow, and reducing transit time. THIS IS NOT A REQUEST FOR PROPOSAL SUBMISSION. It is a market research tool to determine the availability and adequacy of potential sources. Firms responding to this announcement should indicate their size, particularly if they are a small business, a socially and economically disadvantaged business, a woman-owned business, a HUBzone small business concern, a minority institution, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAIC) code 336413, Aircraft Parts and Auxiliary Equipment applies to this acquisition with a size standard of 1,000 employees. The Government does not intend to award a contract on the basis of this synopsis. Interested sources are encouraged to first register as a source on the PIXS Web Site (www.pixs.wpafb.af.mil). In addition, interested sources must respond with a complete capability/qualification package describing their technical expertise and experience, personnel and facilities. The response should also identify key technical risks, issues, and a notional schedule. All parties are asked to provide a telephone number, an e-mail address, and a facsimile number in their response. Information marked ?Proprietary? will be protected and will not be divulged unless mandated by existing laws. This information should be sent to ASC/LPKA, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017 not later than (30) thirty days from the publication of this notice. The point of contact is Michelle Hendricks, (937) 255-3385 ext. 3006. Any non-technical and/or contractual questions should be referred to the above individual. Technical questions can be directed to Ms. Adrienne Rexroad, (937) 255-6161 ext. 3161. Mr. Terry Kasten has been appointed as Ombudsman to hear concerns from offerors, or potential offerors, during the proposal development phase of this acquisition. The purpose of the Ombudsman is to communicate contractor concerns, issues, disagreements, and recommendations to the appropriate government personnel. Existence of an Ombudsman does not diminish the authority of the program director or the contracting officer. Accordingly, the Ombudsman does not participate in the preparation of solicitations, the evaluation of proposals or the source selection process and, therefore, for routine matters on individual solicitations, please contact the point of contact above. When requested, the Ombudsman will maintain strict confidentiality as to the source of the concern. Should you desire to contact the Ombudsman, Mr. Kasten can be reached at (937) 255-3048. Routine communications concerning this solicitation should be directed to the point of contact listed below. Interested companies are requested to submit a written response within 30 calendar days after publication of this notice to ASC/LPN, Bldg. 28, Attn: Mr. Lewis Reed, 2145 Monahan Way, Wright-Patterson AFB, OH, 45433-7017, at (937) 255-3385 ext. 3057. THE GOVERNMENT DOES NOT INTEND TO AWARD A CONTRACT ON THE BASIS OF THIS SYNOPSIS NOR TO OTHERWISE PAY FOR THE INFORMATION SOLICITED IN THIS DISCUSSION***** For more information on TF34UPGRADE--A-10 ENGINE UPGRADE SYSTEM DESIGN AND DEVELOPMENT (SD+D) please refer to http://www.pixs.wpafb.af.mil/pixslibr/TF34UPGRADE/TF34UPGRADE.asp
- Web Link
-
TF34UPGRADE-A-10 ENGINE UPGRADE SYSTEM DESIGN AND DEVELOPMENT (SD+D)
(http://www.pixs.wpafb.af.mil/pixslibr/TF34UPGRADE/TF34UPGRADE.asp)
- Record
- SN00738957-W 20050126/050124211739 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |