Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF DECEMBER 27,1996 PSA#1750

ASC/YDK, Building 16, 2275 D. Street, Mail Stop 16, Suite 16, Wright- Patterson AFB OH 45433-7233

16 -- LOW RATE INITIAL PRODUCTION (LRIP) FOR B-1B TOWED DECOY SYSTEM (TDS) SOL F33657-95-C-2008 P00019 POC Contact Contract Negotiator Annette E. Dunbar, (513)255-5024; Contracting Officer Chris A. Telepak, (513)255-5024/5425. Request For Information (RFI), Propulsion Development Systems Office (DSO), Attn: ASC/LPKB. The Propulsion DSO is seeking information for an acquisition to select a contractor to develop a Digital Engine Controller (DEC) for the F118-100 designated B-2 turbofan engine. The F118-100 is a 19000 lb thrust, 3 stage fan, 9 stage compressor, 3 stage turbine engine with a primary analog and a secondary hydromechanical control. The re-engineering effort is to replace the analog electronic primary controller with a reliable state of the art digital engine controller that is maintainable well into the 21st century for 120 engines. Engineering responsibilities include designing, documenting, building, testing, integrating, qualifying, and manufacturing the DEC and its supporting components. Materials and processes must meet military, commercial, and industry standards and produce a reliable, safe, supportable quality product that is maintainable within the United States Air Force's (USAF's) current and future maintenance environment. The design must provide growth capability for future upgrades and changes with emphasis on ease of maintenance, obsolescence, and Form Fit Function and Interchangeability (F cubed I) technology. The primary objectives of the potential procurement are to replace current analog system with digital state-of-the- art technology, improve Reliability and Maintainability (decrease obsolescence exposure), increase growth capability, and support B-2/F118 Field Longevity. Information provided must address how the Government can satisfy its needs, technology and production availability, identification of cost drivers, and alternative acquisition approaches. Responses should not be restrictive and all proprietary information should be identified. Proprietary information will be protected and will not be divulged unless mandated by existing laws. In accordance with FAR 52.215-3, Solicitation for Information or Planning Purposes (Apr 84), the Government does not intend to award a contract on the basisof this RFI and incurs no liability or responsibility to compensate any vendor for information or materials provided in response to the RFI. The information and requirements stated are still in draft and will change. They are provided to obtain critical feedback as we finalize the acquisition strategy. Responses to the RFI will be retained by the Government. This information should be sent to ASC/LPKB, Building 28, 2145 Monahan Way, Wright-Patterson AFB OH 45433-7017 not later than 5 Apr 96. The point of contact is Annette Dunbar (513) 255-6471, the Contracting Officer is Deanna Hall, (513) 255-7243. (0358)

Loren Data Corp. http://www.ld.com (SYN# 0102 19961227\16-0001.SOL)


16 - Aircraft Components and Accessories Index Page