Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 1,2000 PSA#2654

Commander, Naval Air Systems Command (Code 2.3), Patuxent Naval Air Station, Bldg 2272, Lexington Park, MD 20670

15 -- P-3 SERVICE LIFE EXTENSION PROGRAM (SLEP) POC Contact Lori Redding, AIR-2.3.2.2.2 / (301) 757-5249 WEB: None., None.. E-MAIL: REDDINGLA@NAVAIR.NAVY.MIL, REDDINGLA@NAVAIR.NAVY.MIL. P-3 SERVICE LIFE EXTENSION PROGRAM (SLEP) The U.S. Navy (USN) is conducting a series of programs to sustain the P-3/EP-3E aircraft inventory until a follow-on platform can be fielded to meet the Broad Area Maritime and Littoral Armed Intelligence, Surveillance and Reconnaissance Capability requirement through the Multi-mission Maritime Aircraft (MMA) program. The MMA program has been directed to provide Initial Operational Capability (IOC) no later than 2015. However, the P-3C and EP-3E aircraft inventory is experiencing significant airframe corrosion and will additionally begin to reach the end of its fatigue life beginning in 2002. The P-3 Sustained Readiness Program (SRP), begun in 1994 and intended to address aircraft inventory material condition, will complete only 13 aircraft. The P-3 Service Life Assessment Program (SLAP), initiated in 1996, is designed to analytically and empirically determine P-3C and EP-3E fatigue life, evaluate improved materials and develop the fatigue related elements ofthe SLEP airframe kit. The P-3 Service Life Extension Program (SLEP), projected to begin Engineering Manufacturing Development in early 2002, will extend the Operational Service Life (OSL) of aircraft inventory as necessary prior to MMA IOC. The program objectives for P-3 SLEP are to (1) extend P-3C/EP-3E airframe fatigue life by one life-time (approximately 24,000 hrs), (2) upgrade aircraft material condition to enable full capture of extended airframe fatigue life, (3) improve aircraft reliability, maintainability and availability through upgrade of aircraft subsystems, and (4) minimize SLEP production variability while optimizing manufacturing efficiencies. The P-3 SLEP will perform the required non-recurring engineering (NRE) to design, manufacture and install all elements of the SLEP kit. P-3 SLEP will produce two Engineering Development Models (EDMs) and execute Low Rate Initial Production (LRIP). The first EDM aircraft is expected to incorporate all airframe elements of the SLEP kit while the secondEDM aircraft will combine the airframe elements with electrical upgrades and other systems improvements. P-3 SLEP will also conduct the NRE necessary to facilitate transition of SLEP to complete remanufacture of the P-3/EP-3E. Full rate production will be awarded under separate contract. The following is a summary of major tasks for this program: a. Design, analyze, fabricate, and assemble SLEP airframe kit parts and components (Technical data developed under SRP and SLAP will be provided) b. Develop, design, fabricate, and integrate improved electrical as well as other subsystem upgrades into the P-3C aircraft c. Generate 3-D electronic solid product definition data for the complete P-3C airframe d. Develop, design, and fabricate tool fixtures utilizing state-of-the-art technologies to meet P-3 SLEP production objectives e. Conduct various cost and technical feasibility studies to support the P-3 SLEP f. Perform Validation and Verification of SLEP Kit on a hulk airframe g. Conduct pre-production planning and control. Generate detailed work instructions for SLEP kit fabrication and installation h. Perform P-3C SLEP Kit Production Prototype with two EDM aircraft i. Conduct ground and flight testing for the two EDM aircraft j. Conduct Low Rate Initial Production Bidders must have full in-house engineering, manufacturing and testing capability, as well as demonstrated expertise and/or extensive experience in the areas of manufacturing, production, modification, rework and overhaul of P-3 airframes. Copies of the DRAFT Statement of Work (SOW) will be available at NAVAIR web site "www.navair.navy.mil/business/ecommerce/index.cfm" after August 16, 2000. Comments, feedback and questions regarding the SOW are solicited and welcomed. Requests to be added to the bidder's list for this procurement should be sent to the e-mail address below. Interested bidders are encouraged to send all commerce, including SOW comments, electronically to Reddingla@Navair.Navy.Mil. Please direct all questions regarding this procurement to Ms. Lori Redding at the above e-mail address or phone 301-757-5249. Posted 07/28/00 (W-SN479959). (0210)

Loren Data Corp. http://www.ld.com (SYN# 0162 20000801\15-0004.SOL)

15 - Aircraft and Airframe Structural Components Index  |  Issue Index |


Created on July 28, 2000 by Loren Data Corp. -- info@ld.com