Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF MARCH 8,2000 PSA#2552

Contracts Group, Bldg 588, Mail Stop 32, Naval Air Warfare Center Aircraft Division, Patuxent River, MD 20670-5304

R -- TO CONDUCT WIND TUNNEL TESTING TO OBTAIN AERODYMANIC DATA FOR THE P-3C AIRCRAFT SOL N00421-00-R-0418 DUE 042400 POC Rita Pegg,Contract Specialist (301)757-8957, Shawn Campbell, Contracting OfficerICER,(301) 757-2611 WEB: CLICK HERE TO DOWN LOAD COPY OF SYNOPSIS, http://www.navair.navy.mil/business/ecommerce/synopndx.cfm. E-MAIL: CLICK HERE TO CONTACT THE CONTRACT SPECIALIST, PeggRA@NAVAIR.NAVY.MIL. The Air Vehicle Structures Division at the Naval Air Warfare Center Aircraft Division (NAWCAD) Patuxent River, Maryland has a sole source requirement to conduct wind tunnel testing of a complete 6% fully powered P-3C model. The intent of this contract is to conduct the test to obtain aerodynamic data for the aircraft over the full range of the aircraft operational envelope.The following is a summary of major tasks in this contract: (a)Provide engineering support in review of analysis for safety of test; (b) Provide engineering support and documentation for USN contractor to successfully integrate the P-3C model into the contractor's tunnel; (c)Support one pretest meeting in Canada and host an additional pretest meeting at the contractor's facility; (d) Test propeller and engine assembly to assure safety of test; (e) Connect instrumentation, wiring, propeller motor pneumatic plumbing, and reference pressure tubing; (f) Calibrate instrumentation; (g) Conduct USN defined test matrix; (h) Collect, record,and reduce data; (i) Document the test data in digital format; (j) Disconnect instrumentation and uninstall model; The contractor must have full in-house engineering and testing capability and personnel, with expertise and extensive experience in conducting wind tunnel testing for fully powered, multi engine propeller models. The contractor must possess a wind tunnel test facility capable of accommodating a complete 6% P-3C model (approximately 6' wingspan), including the possible use of titanium propellers. The tunnel must be able to simulate aircraft aerodynamic operational environments from M=0.2 to M=0.7, with an alpha range of -10 to +18 degrees and a beta range of +/-15 degrees. It is required that the wind tunnel facility and test personnel be available for a minimum of three weeks of testing beginning approximately mid-June 2000, which will include up to 100 hours of test time. The contractor must provide maintenance support of the model, as required, and allow full access to the facility for US Navypersonnel and its supporting contractors for the duration of the test program. In accordance with Federal Acquisition Regulation (FAR) 6.302-1 there is only one responsible source and no other supplies or service will satisfy the government agency requirement. Aircraft Research Association (ARA) Manton Lane, Bedford, MK 41 7PF, England has been identified as the only responsible source capable of meeting the Government's requirements. Therefore, the government intends to negotiate on a sole source basis with Aircraft Research Association. It is anticipated that a firm-fixed priced contract will be negotiated for an estimated quantity (1) unit. Period of Performance is 1 June 2000 through 15 September 2000. See Number Note 22. Posted 03/06/00 (W-SN431558). (0066)

Loren Data Corp. http://www.ld.com (SYN# 0093 20000308\R-0010.SOL)


R - Professional, Administrative and Management Support Services Index Page