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