Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
SAMDAILY.US - ISSUE OF DECEMBER 21, 2019 SAM #6596
SOURCES SOUGHT

28 -- Second Source Engine for the T55-GA-714A Engine installed in the H-47 Platform

Notice Date
12/19/2019 8:12:51 AM
 
Notice Type
Sources Sought
 
NAICS
336413 — Other Aircraft Parts and Auxiliary Equipment Manufacturing
 
Contracting Office
W6QK ACC-RSA REDSTONE ARSENAL AL 35898-0000 USA
 
ZIP Code
35898-0000
 
Solicitation Number
ATE-0001
 
Response Due
1/18/2020 3:00:00 PM
 
Archive Date
01/19/2020
 
Point of Contact
Billy R. Gravitt, Phone: 256-955-0875, Lorena Henderson, Phone: 256-842-7226
 
E-Mail Address
billy.r.gravitt.civ@mail.mil, lorena.g.henderson.civ@mail.mil
(billy.r.gravitt.civ@mail.mil, lorena.g.henderson.civ@mail.mil)
 
Description
Tracking Number: �ATE-0001 Contracting Office Address: ACC-RSA - (Aviation), ATTN: CCAM-PLB, Building 5304, Martin Road, Redstone Arsenal, AL 35898-5280 Notice Type: �Request for Information (RFI) Description Second Source Engine for the T55-GA-714A engine installed in the H-47 platform Synopsis The US Army Aviation Turbine Engines Project Office (ATE PO), herein after referred to as the US Government, is seeking information, performance capabilities, and technical data on Commercial Off-The-Shelf/Non-Developmental Item (COTS/NDI), commercial qualified, commercial-modified, or military aviation turbine engines as a second source to the existing T55-GA-714A engine.� Only military or commercially qualified engine data are sought, which describe candidate technologies of interest for a second source to the H-47 airframe engine, their current capabilities, estimated costs, schedules, and risks. �This data will assist the US Government's planning efforts to qualify a second source for current Army Aviation applications. This Request for Information (RFI), issued in accordance with FAR 15.201(e), is for the purpose of preliminary planning for the potential acquisition of a second source engine for the CH-47F and MH-47G and is not a Request for Proposal (RFP). �The US Government is requesting information to determine the Technology Readiness Level (TRL) and Manufacturing Readiness Level (MRL) of aviation turbine engines, components, and technologies capable for integration into and supporting the H-47 airframe. A response to this notice is not an offer, and no offer can or will be accepted by the US Government to form a binding contract. Introduction The US Government is interested in obtaining information on currently qualified aviation turbine engine technologies, performance capabilities, and costs for material solutions that could support current H-47. RFI Intent The purpose of this RFI is to facilitate market research of aviation turbine engine systems and components on the availability of high TRL/MRL engines for integration into the H-47 airframe, and to evaluate associated cost, schedule and risk to implement. The RFI responses should focus on current military or commercially qualified engine requirements and the integration into the H-47 airframe. Requirements The US Government aims to further understand how the Army could continue to satisfy the current capability needs of the CH-47F and MH-47G missions. �Specifically, the US Government is interested in obtaining information on aviation turbine engine performance projections and technical data related to alternate second source engine for H-47 platforms. �Respondent should provide a general description of the engine system and specific engine sub-systems technologies that may be integrated onto/into the air vehicle platform. For engines not meeting the following capabilities, then identify how the capability gap will be addressed.� Note: the following are not all-inclusive. The engine should perform worldwide, in all operational environments, from -65�F to 160�F from sea level to 25,000 ft pressure altitude. �Operational environments also include dust and sand, unimproved landing areas and overwater/shipboard environment. The engine should provide a minimum Max Continuous Power (MCP) of 4115 Shaft Horsepower (SHP) at Sea Level Standard (SLS) conditions and a minimum of 2977 SHP at 4000 ft pressure altitude and 95�F (4k/95�F). The engine should provide a minimum Max Rated Power (MRP) of 4777 SHP at SLS and a minimum of 3693 SHP at 4k/95�F. The minimum Low Cycle Fatigue (LCF) life of engine parts shall be 5,000 cycles. The engine should have an Engine Health Monitoring System. The engine should be (1) military qualified or (2) civil certified.� If civil certified and selected, the US Government will require all certification data be provided to the US Government.� Additional testing and analysis may be required in order to obtain a military qualification.� The intent is that a civil certified engine must demonstrate that it complies with military qualification requirements. Engine conformance or equivalency with the Army Military Airworthiness Certification Criteria (AMACC) Appendix D, Airworthiness Qualification Plan (AQP) Engines, Aircraft, and Turboshaft, is desired.� Identify areas where the proposed engine does not currently conform to the AMACC and provide a description of the path forward to achieve desired specifications.� Note: this document can be provided by request for guidance only.� Provide recommended changes to AMACC if needed or required. The engine control system conformance or equivalency with the AMACC Appendix E, Component Airworthiness Qualification Engine Control System Components and Engine Accessories, is desired.� Identify areas where the proposed engine control system does not currently conform to the AMACC and provide a description of the path forward to achieve desired specifications.� Note: this document is provided for guidance only.� Provide recommended changes to AMACC if needed or required. Responses should provide the engine�s performance specification and/or the following descriptions and performance data. Manufacturer (OEM provider). Major components (e.g. engine mounted gearbox, compressor, combustor, turbine, Inlet Particle Separation (IPS)/air filtration provisions, and control system) details. �Any non-standard gas turbine components shall also be discussed, e.g., recuperators, energy recovery devices, or batteries. Dimensions. If available, provide drawing package, Computer Aided Design (CAD) file of engine exterior, or installation handbook. Dry weight of the engine.� Provide a detailed weight statement (i.e., engine weight including accessories, accessory gearbox, IPS, and control system. Stage count for compressor and turbine stages. Provide Overall Pressure Ratio (OPR) and number of independent spools. Estimated Specific Fuel Consumption (SFC) (lbs/hp-hr) from minimum to maximum engine horsepower at SLS, SL/103�F, 3k/91.5�F, 4k/95�F, 6k/95�F, 10k/88�F and high/cold at International Standard Atmosphere (ISA), 10k, 15k, and 20k environmental conditions. Description of any advanced engine technologies and variable cycle features in terms of performance. �Include any ability to operate efficiently with a variable speed power turbine, the allowable power turbine speed range at a fixed horizontal orientation and/or power turbine speed range at a variable orientation. �Include the performance parameters listed in 3.2.6 at 70% Np. � Description of the cooling scheme (e.g., modulated, cooled cooling air) Engine limitations Redline/max temperature limits (e.g. Max T3, Max T4, Max T41, Max T45) Durability (Component) Design Points and Aero Design Points (Fit Mach, Throttle Setting, and Altitude) Physical/Mechanical/Other Engine Limits (e.g., Rotor speed and Torque) Identify the baseline engine envelope for existing and/or planned engine and provide technical approach for engine growth options of no less than 25% inherent power growth. Detailed technical approach for the Engine Health Monitoring System. Reliability, Availability, and Maintainability metrics. Information on existing engine qualification, lifing analysis, vibration tolerances, use of special lubricants, and certificate data. 3.2.14�� Engine surface and external components operating and non-operating ������������ temperature limits in stagnant atmosphere conditions. Responses should include the following performance data, which may be tailored based on the maturity of the engine design. Current engine cycle model, either source code or a customer thermodynamic engine cycle model (preferably in Numerical Propulsion System Simulation (NPSS)) that allows complete generation of uninstalled/installed performance data throughout the full mission envelope. Customer model output should show all relevant component data (e.g., flow station properties; Pt, Ps, Tt, W, Wc, Ts, Areas, Mach Numbers, secondary flow, third stream flow, bleed flows, fuel flow; engine rotation speeds, torque and SHP; performance parameters such as component pressure ratios, component adiabatic efficiencies, etc.). The cycle model should be a thermodynamic cycle simulation in which component identity is maintained; i.e., the compressor, turbine, and combustor must each be identifiable as entities in the model logic as required to obtain and maintain an accurate simulation.� The models should be capable of producing off-design performance. Responses should include the following schedule and cost details: Provide a notional schedule for integration of the existing engine to be qualified to military requirements, and the existing engine control system to be qualified to military requirements. Description of effort and a Rough Order of Magnitude (ROM) of projected cost for integration, and testing of the engine IAW the notional schedules provided in 3.5.1. Specify the fiscal year assumed with the ROM. ROM for projected production cost. �Include number of units assumed for production. �Specify the fiscal year assumed with the ROM. ROM for projected Operational and Support (O&S) costs in accordance with operational environment requirements listed in 3.1.1 and usage/LCF requirements listed in 3.1.5. �Specify the fiscal year assumed with the ROM. Responses should include the following sustainment details: Current/projected engine maintenance schedule. Current/projected special tools, and test equipment list. The technical approach to achieving an organic sustainment capability ��which includes; Intellectual property and data rights strategy to achieve organic sustainment. Critical technology limiting the government�s ability to achieve organic sustainment. Expected timeframe to achieve government organic sustainment capability. Manpower and critical skills required to sustain the engine. Responses should include the following: Any other information that would be needed in order to facilitate better information delivery to the Army or enhance the ability to respond to related future RFP�s. Information on the desire to attend an Industry Day. �Include number of attendees, any meeting place requirements, and if foreign nationals will be attending. The requested information is for internal planning purposes only and will not be publicly released outside the Government RFI Assessment Group.� The US Government intends to engage industry on their RFI submittals via ATE Industry Day(s) or other face to face engagements. �The intent of these engagements is to conduct market research and specifically for respondents to discuss select technologies described in their RFI response, provide insights as to the challenges they face in integrating and delta qualifying an engine to support Army requirements of the H-47 platforms. Respondents are not required to participate in these discussions. In the event that a foreign company or foreign national wishes to attend an Industry day, authorization will be granted only on a case by case basis. Submission of a response to this RFI is not required to submit a proposal in response to any RFP, Request for Project Proposal (RPP), or Broad Agency Announcement (BAA) which may be released in the future or to be awarded any contract pursuant to same. Respondent Responsibilities Respondents are advised that the US Government will not pay for any information, discussions or administrative costs incurred in response to this RFI; all costs associated with responding to this RFI will be solely the responsibility of the respondent. Respondents are requested to address, to the maximum extent possible all information requested in Section 3. Future Acquisition Plans There is no guarantee that the engine for which information is being sought for the H-47 platform will advance to an acquisition phase based upon the results of the information provided by industry.� Contractors will not be notified of the outcome of the information received. This RFI is not a request for proposal, request for quotation, or an invitation for bid, nor does its issuance obligate or restrict the Government to an eventual acquisition approach. This RFI does not obligate the Government to issue a solicitation. This RFI is being conducted solely for information and planning purposes and does not constitute a solicitation. Neither unsolicited proposal nor any other kinds of offers will be considered in response to this request or accepted by the Government to form a binding contract. RFI Respondent Instructions Respondents are requested to address their responses in accordance with the information provided in Section 3. All final responses must be received to the address below no later than 30 business days after posting of the RFI to FedBizOpps (SAM.GOV). All information submitted by RFI respondents will be handled as procurement sensitive information submitted to the protections, restrictions, and requirements set forth in FAR 3.104.� Further, all information submitted by respondents and all review material developed by the US Government and their support contractors will be marked and protected as procurement sensitive data. Proprietary information should be clearly marked.� No classified documents should be included in your response.� Please be advised all information submitted in response to the RFI becomes the property of the US Government and will not be returned. The US Government requires two (2) hardcopies and two (2) electronic copies via compact disc of the RFI response.� There is no page limit for RFI responses.� Please provide your firm/company�s name and address, point of contact with telephone number, and e-mail address. Any questions on this RFI must be directed to the Contracting Officer, Billy R. Gravitt at billy.r.gravitt.civ@mail.mil, no later than 30 business days after the RFI announcement.� No questions will be accepted telephonically, nor will any responses to questions be provided telephonically. The mailing address for questions and responses to the RFI is: Army Contracting Command - Redstone Attention: CCAM-PLB, Billy R. Gravitt, Contracting Officer Building 5304 Martin Road, 2nd Floor, Room 4244 Redstone Arsenal, AL 35898-5280 Hand delivery of the requested RFI responses is acceptable.� If hand delivered, delivery must be made by the response date/time to the address below and a call must be placed to the contracting officer at (256) 955-0875prior to the delivery date to schedule the delivery: US Army Contracting Command � Redstone Attention: CCAM-PLB, Billy R. Gravitt, Contracting Officer Sparkman Office Complex Building 5300 Martin Road, 1st Floor Redstone Arsenal, AL �35898-5280 Phone: �(256) 842-1190
 
Web Link
SAM.gov Permalink
(https://beta.sam.gov/opp/273cbc4c6416447abc6dd953bc8933c8/view)
 
Place of Performance
Address: USA
Country: USA
 
Record
SN05521929-F 20191221/191219230157 (samdaily.us)
 
Source
SAM.gov Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's SAM 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.