Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 19,1996 PSA#1745

R&D Contracting Directorate, Bldg 7, 2530 C Street, WPAFB, OH 45433-7607

A -- ADVANCED INTEGRATED FUEL/COMBUSTION SYSTEMS SOL POK-97-01 POC Dr. W.M. Roquemore, Project Engineer, WL/POSC, (513) 255-6813 Notice of Contract Action, Advanced Integrated Fuel/Combustion Systems. The Wright Laboratory, Aero Propulsion and Power Directorate, Fuels and Lubrication Division is contemplating release of a competitive Request for Proposal (RFP) and award of a 60-month program for an experimental and computational program that will continue the development and application of high-heat sink jet fuels, advanced combustor concepts, and next generation fire suppression systems for air breathing propulsion systems. This will be an on-site contract that utilizes the unique fuel chemistry laboratories, laboratory scale thermal stability test devices, fuel system simulators, combustion facilities, and advanced laser diagnostic techniques developed at Wright Laboratory. The program will directly support Department of Defense (DoD) Integrated High Performance Turbine Engine Technology (IHPTET), Hypersonic Technology (HyTech), and Next Generation Fire Suppression programs. The on-site contractor will interact directly with the Air Force, other government laboratories, universities, and engine companies in designing experiments that will be of value in developing engine and fuel system components for current and future Air Force aircraft and missile systems. This interaction provides the means of directly transitioning the results obtained on this program to the companies that are developing Air Force weapon systems. JP-8+100 and endothermic fuels are an enabling thermal management technology for gas turbine and scramjet powered air vehicles because of the increased heat sink and temperature capability. The research encompasses methods of thermal stability enhancement, e.g. additives, fuel deoxygenating, fuel processing, and fuel system surface treatments. Maximum fuel temperature, heat sink, and heat flux capabilities will be determined. Fuel/material compatibility will be determined under realistic conditions for fuel/air heat exchangers and fuel-cooled structures. Methods for achieving other fuel characteristics, suchas, anti-icing, anti-static, reduced fire susceptibility, improved low temperature capability, water separation, and increased energy density, are also relevant. Advanced gas turbine combustor concepts utilizing these fuels will also be studied. Flame stabilization studies will be conducted. These studies will include fires and suppression of fires in ducts with air flow and blockages. Emissions from gas turbine combustors are of special concern. Appropriate combustion and fuel system modeling will be undertaken. Control and combustion instability issues will be addressed. One cost type contract for approximately $14M is anticipated. This program will be conducted on-site in the facilities of the Aero Propulsion and Power Directorate using specialized government facilities and laser diagnostic techniques. Thus, the contractor for this program must have the appropriate technical personnel available to be assigned full time at these facilities and personnel and the capabilities to support and manage the on-site personnel both technically and administratively. The contractor's personnel must be experienced in developing and operating large fuel and combustion system simulators. Personnel experienced in direct numerical simulations of combustion and liquid fuel flows are required. A standard RFP will be issued. Adequate price competition is anticipated. Respondents to this notice must include complete address information to the office indicated below in order to receive any supplemental packages/amendments. Firms responding should indicate whether they are or are not a small business, a socially and economically disadvantaged business, a woman-owned business, a historically black college or university, or minority institution. For this item, the general definition to be used to determine whether your firm is small is as follows: "A small business concern is a concern that is independently owned and operated, is not dominant in the field of operation in which it is bidding on government contract and with its affiliates, the number of employees does not exceed 1000 persons." SIC Code 8731 applies. "Concern" means any business entity organization for profit with a place of business in the United States, its possessions, Puerto Rico, or the Trust Territory of the Pacific Islands, including but not limited to an individual, partnership, corporation, joint venture, association or corporation. The Air Force reserves the right to consider a small business set-aside based upon responses hereto. Small business respondents should provide a statement of capabilities to assist the Air Force in making a set-aside decision. Large businesses are only required to submit a statement of interest to receive a copy of the RFP. All respondents shall include in any request their assigned Commercial and Government Entity (CAGE) Code. Respondents are further requested to indicate their status as a Foreign-owned/Foreign-controlled firm and any contemplated use of foreign national employees on this effort. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. Air Force point of contact is Dr. W. M. Roquemore, WL/POSC (513) 255-6813. Responses should be sent to: ATTN: Barbara Riley, WL/POKA, Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607. Non-technical assistance may be secured by calling the above individual at (513) 255-5310 or Aundair Kinney at (513) 255-2730. An Ombudsman has been established for this acquisition. The only purpose of the Ombudsman is to receive and communicate serious concerns from potential offerors when an offeror prefers not to use established channels to communicate his concern during the proposal development phase of this acquisition. Potential offerors should use established channels to request information, pose questions, and voice concerns before resorting to use of the Ombudsman. Potential offerors are invited to contact ASC's Ombudsman, Mr. Daniel L. Kugel, ASC/SY, at 513-255-3855, with serious concerns only. Direct all requests for solicitation and routine communication concerning this acquisition to contracting office point of contact. Closing date for submission of responses is thirty (30) calendar days from the publication of this notice. Firms should reference (POK-97-01) in their responses. RFP release of this program is projected in February 1997. This program will not be republicized prior to solicitation. See Numbered Note(s): 25. (0352)

Loren Data Corp. http://www.ld.com (SYN# 0005 19961219\A-0005.SOL)


A - Research and Development Index Page