Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 18, 2010 FBO #3189
SOLICITATION NOTICE

49 -- Refurbishment of T-20C Engine Test Stand for Duluth ANG

Notice Date
8/16/2010
 
Notice Type
Presolicitation
 
NAICS
334515 — Instrument Manufacturing for Measuring and Testing Electricity and Electrical Signals
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, WR-ALC, WR-ALC/PK Acquisition Opportunities, 235 Byron St,, Warner Robins, Georgia, 31098-1611, United States
 
ZIP Code
31098-1611
 
Solicitation Number
FA8519-10-Q-25313
 
Archive Date
10/15/2010
 
Point of Contact
Robert E Rollins, Phone: 478-222-1900
 
E-Mail Address
robert.rollins@robins.af.mil
(robert.rollins@robins.af.mil)
 
Small Business Set-Aside
N/A
 
Description
NSN: 4920-01-470-6508RN P/N: T-20C Noun: Engine Test Stand Qty: 1EA This requirement is to support the overhaul and refurbishment of an earlier version T20 type test stand, currently located at Willow Grove ANG, to the latest configuration by incorporating approved Engineer Change Proposals (ECP's). The T20C type test stands support Intermediate Maintenance Level testing of turbojet and turbofan aircraft engines that exist in the Air Force inventory to evaluate problems so that repairs can be accomplished. The T-20C type test stand also incorporates a computer-based Instrumentation, Data Acquisition and Control (ID&C) System known as the Engine Data Acquisition System (ENDAS). ENDAS has been in use for the last eight years and is qualified for use on the F100, F110, TF33, and TF34 engines in the USAF inventory. In addition to the overhaul and refurbishment of existing hardware, the ENDAS for the test stand will need to be reconfigured for testing GE-F110-129 engines (Reference AF TO 33D7-6-767-1). The ENDAS is a critical component for the operation of Air Force Test Cell Test Program Set (AFTCTPS) software. Due to BRAC, the refurbished test stand will then be relocated to Duluth ANG. The test stand will require on-site commissioning. This work is required to extend the capability, performance, and mission of the test stand. The refurbished test stand will be identified as A/M37T-20C Test Stand (NSN: 4920-01-470-6508). Neither design nor functional capabilities shall be changed, modified or altered. The Contractor shall provide a data package to the local site when the refurbished test stand is delivered to the site. The following is a list of items but not necessarily all the items to be included:  Manufacturers' O&M instructions/manuals and any other similar information  CD's of CPIN executable code for Executive and TPS software  Software Users Manual for the relevant engine(s) to be tested. Note: The Software Users Manual has been assigned a Technical Order (TO) Number and is issued from Robins AFB upon request. The contractor version provided will be used for reference until the TO version can be ordered and obtained  Copies of Contractor wiring diagrams and mechanical drawings for the T-20C Test Stand including the configuration for the engine(s) to be tested Travel will be required. The Contractor shall coordinate with the Government and provide on-site assistance for the refurbished A/M37T-20C Test Stand delivered. A five (5) working-days support effort will be accomplished for Setup, Commissioning, Calibration (using the applicable GE-F110-129 engine calibration technical order), and assistance with Engine Testing as verification of correct operation of the T-20C Test Stand System at the site. The site visit shall be coordinated through the Program Management Office and should be scheduled within 60 days after delivery of the equipment unless otherwise approved by the Government. During this time, the Contractor shall also provide at least 16 hours of "over the shoulder" product familiarization, including the use of ENDAS and the Software Users' Manual, to the test cell operators before leaving the site. The contractor shall provide a one year warranty on all hardware and software. The proposed contract action is for supplies or services for which the Government intends to solicit and negotiate with only one source Celtech, Inc. (CAGE Code: 65552) under authority of FAR 6.302-1. However, Interested Party or Person(s) may identify their interest and capability to respond to the requirement or submit a quote(s). This notice of intent is not a request for competitive quotes.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/USAF/AFMC/WRALC/FA8519-10-Q-25313/listing.html)
 
Record
SN02242500-W 20100818/100816235644-6e3843b7ca77ada8e53bc6de19f88951 (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.