Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 05, 2006 FBO #1532
SOURCES SOUGHT

28 -- A-10 ENGINE UPGRADE SYSTEM DEVELOPMENT AND DEMONSTRATION (SD+D)

Notice Date
2/3/2006
 
Notice Type
Sources Sought
 
Contracting Office
2145 Monahan Way Bldg 28 Wright-Patterson AFB, OH
 
ZIP Code
00000
 
Solicitation Number
PIXS4271
 
Response Due
3/4/2006
 
Archive Date
3/11/2006
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: PART: U.S. GOVERNMENT PROCUREMENTS SUBPART: SUPPLIES, EQUIPMENT, AND MATERIAL CLASSCOD: A-10 ENGINE UPGRADE SYSTEM DEVELOPMENT AND DEMONSTRATION -POTENTIAL SOURCES SOUGHT OFFADD: PRSS/PK, 2145 MONAHAN WAY, WRIGHT- PATTERSON AFB, OH 45433-7017 SUBJECT: A-10 ENGINE UPGRADE SYSTEM DEVELOPMENT AND DEMONSTRATION (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: Andrew J. Kelley, phone: (937) 255-6161, ext. 3161, email: andrew.kelley@wpafb.af.miI DESC: Notice of Contract Action for A-10 ENGINE UPGRADE, POC: Mr. Stephen Wharton CONTRACTING OFFICER, PRSS/PK, phone: (937) 255-3385 ext. 3061, email: stephen.wharton@wpafb.af.mil. The United States Air Force (USAF) is seeking interested sources regarding a requirement for a TF34 propulsion system performance upgrade for the A-10 weapon system. The sponsoring activity is Aeronautical Systems Center, Agile Combat Support Wing, Propulsion Systems Squadron, Wright-Patterson Air Force Base, OH. As formally documented in the TF34 Propulsion Upgrade Program Capabilities Development Document dated 15 March 2005, 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 the current engine. The upgraded engine must 1) still fit in current nacelle, 2) not require major A-10 structural modification, and 3) produce sufficient additional thrust to address identified deficiencies. To meet cost and schedule constraints, the A-10 engine upgrade must be based on mature technology. The kit approach offers best value, meets A-10 and warfighter needs, and provides the fastest delivery of the propulsion upgrade at significantly lower risk. This modification approach saves three to four (3-4) years over development. There is a proposed FY07 target year to begin a three (3) year Systems Development and Demonstration (SDD) effort ($189.4M budget). The modification kit purchases must begin with adequate lead time to support kit installations by late FY09 or early FY10. 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, 95 spare engines will be modified. Key A-10 propulsion upgrade attributes include: increased high/hot take off payload, reduced threat exposure/improved survivability, improved austere field capability, maintaining existing TF34 reliability, maintainability, supportability, and survivability and reducing transit time. Specific Key Performance Parameters (KPP) are as follows; KPP #1: Operate from high density altitude airfields with militarily significant payloads. Part 1: Threshold Requirement, a 47K Ib A/OA-10 (Drag Index (DI) of 7.75) operating on a 9,000 foot runway at 5,000 feet PA and 35 degrees C can lose an engine at rotation, jettison stores (41.6K Ibs remaining, DI of 3.62) and climb with the gear up and failed engine windmilling and maintain a minimum rate of climb of 150 feet per minute (FPM). Objective Requirement, under the same conditions maintains a minimum climb rate of 500 FPM. Part 2: Threshold Requirement, a 47 K Ib A/OA-10 (DI of 7.75) operating on a runway at 5,000 feet PA and 35 degrees C must have a critical field length of less than 9,000 feet. Objective Requirement, under the same conditions has a critical field length of less than 7,500 feet. KPP #2: Operate from austere expeditionary airfields. Part 1: Threshold Requirement, a 47K Ib 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 (41.6 Ibs remaining, DI of 3.62) and climb with the gear up and failed engine windmilling and maintain a minimum rate of climb of 150 FPM. Objective Requirement, under the same conditions maintains a minimum climb rate of 500 FPM. Part 2: Threshold Requirement, a 42K Ib A/OA-10 (DI of 3.93) 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. Objective Requirement, A 47K lb A/OA-10 (DI of 3.93) must have a critical field length of less than 4,500 ft under the same conditions. KPP #3: Maximize gross weight on take-off (weapons and internal fuel). Threshold Requirement, operate a 51 K Ib A/OA-10 (DI of 14.49) on a 9,000 foot runway, sea level, at a temperature of 30 degrees C, be able to lose an engine at rotation, jettison stores (41.6K Ibs 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. Objective Requirement, under the same conditions but operates on a 7,500 foot runway. KPP #4: Survivability-Minimize threat exposure by increasing operating and employment envelope. Threshold Requirement, a 48K lb maximum payload configured A/OA-10 can operate at or above 20,000? MSL (STD day) in wings level un-accelerated flight at a minimum of 225 KIAS and have excess power to initiate a 500 FPM rate of climb capability. Objective Requirement, under the same conditions operates at or above 25,000? MSL (STD day). In addition to the KPPs one Key System Attribute (KSA) presents a significant requirement for the upgraded TF34, KSA #4: Maximize mission duration and on-station time. Threshold Requirement, with the upgraded engine achieve the same mission duration as the current A-10 on the same respective mission profile. Objective Requirement, with the same fuel load and similar configuration; achieve a 10% increase in mission duration on the same profile. 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 HUB zone small business concern, service-disabled veteran-owned small business, and should also indicate if the firm is foreign-owned. The North American Industry Classification System (NAIC) code 336412, Aircraft Engine and Engine Parts Manufacturing 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 PRSS/PK 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 Mr. Stephen Wharton, (937) 255-3385 ext. 3061. Any non-technical and/or contractual questions should be referred to the above individual. Technical questions can be directed to Mr. Anthony Ruscello, (937) 255-6161 ext. 3191. Mr. Donald Kruszynski 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. Kruszynski can be reached at (937) 255-6161 ext 3321. 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 PRSS/PK, Bldg. 28, Attn: Mr. Stephen Wharton, 2145 Monahan Way, Wright-Patterson AFB, OH, 45433-7017, at (937) 255-3385 ext. 3061. 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 "A-10 ENGINE UPGRADE SYSTEM DEVELOPMENT AND DEMONSTRATION (SD+D)", please refer to: http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=4271
 
Web Link
A-10 ENGINE UPGRADE SYSTEM DEVELOPMENT AND DEMONSTRATION (SD+D)
(http://www.pixs.wpafb.af.mil/pixs_solicitation.asp?id=4271)
 
Record
SN00979813-W 20060205/060203212041 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.