Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF JUNE 04, 2006 FBO #1651
SOLICITATION NOTICE

K -- Modification Helicopter Drive System Test Stand

Notice Date
6/2/2006
 
Notice Type
Solicitation Notice
 
NAICS
332312 — Fabricated Structural Metal Manufacturing
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Pax River, Building 441 21983 Bundy Road Unit 7, Patuxent River, MD, 20670
 
ZIP Code
20670
 
Solicitation Number
N00421-06-R-0133
 
Response Due
6/16/2006
 
Archive Date
7/1/2006
 
Description
The Naval Air Systems Command, Aircraft Division (NAWCAD) has a requirement to demolish and remove an existing Helicopter Drive System (HDS) Test Stand System (TSS), and to fabricate and install a new Test Stand System using a government provided design data package. The Contractor shall be required to test and demonstrate the new system capability. This contract is in support of the Propulsion Systems Evaluation Facility (PSEF), Bldg. 2360, at the Naval Air Warfare Center, Aircraft Division (NAWCAD), Patuxent River MD. In accordance with FAR 6.102(b), this acquisition is a full and open competition under NAICS code 332312. The contract is expected to have provisions for both Firm Fixed Price and Cost Plus Fixed Fee line items. The period of performance is estimated to be a maximum of two years. The major item in the PSEF is the HDS test stand, which is a structural steel fixture mounted on a concrete foundation. The stand has three tiers: a) bedplate on which the gas turbine engines and drive system are mounted, b) thrust bearing platform for simulating a lifting and bending load on the transmission and c) power absorption platform containing a large speed increasing gearbox and water brake system. Around the periphery of the stand and/or mounted on the cell?s walls are support systems and ancillary equipment and hardware. The current HDS test stand does not have a test article installation envelope nor the power absorption capability for testing the drive systems for new and upgraded weapons systems, such as the CH53K, AH1W/Z, VH-71A, CH47D/F and AH64D helicopters. The Government has created design changes to the HDS test cell and test stand to support the above test and evaluation requirements. The resulting design is a larger and stronger test stand, capable of withstanding the CH53 torque loads; a wide open test article installation envelope; a modular system to facilitate faster installation and removal of the varying engine drive systems; and a larger power absorption speed increasing gearbox. The test stand will also have a new torque measurement system and thrust load and shaft bending capability to simulate flight conditions. The Government will remove all test articles, test specific instrumentation, tail rotor stand, and main water brakes, and will clear the work performance area of benches, tool boxes etc. The contractor will responsible for all labor, services and materials necessary for the demolition of the existing test stand system and fabrication and installation of the new HDS test stand system in accordance with the Government-approved design package (GFI); installation of the Gateway Engineering Inc. 18,500 shaft horsepower absorption gearbox (GFE); and purchase and installation of the engine drive system, intermediate gearbox, tail rotor bedplates, a high volume pump for a cooling water reservoir, and a 500,000 foot-pound torque measurement system. The contractor will reattach cable trays and control panel boxes to the new test stand, reconnect power cords to equipment and control systems on the test stand, and integrate modifications made to the test stand with existing HDS facility systems and subsystems. The contractor will coordinate with the Government to develop a test plan and to conduct a checkout of the test stand system, subsystem, components, instrumentation and equipment to docuument the capabilities of the new HDS test stand system to the Government?s design data package. The contractor will also provide technical data and conduct on-site training. Site Visit -- The Government anticipates an informational site visit prior to formal RFP release to enable interested offerors to view the HDS facility to evaluate the scope of the requirement. Only one site visit date will be made available and interested offerors are highly encouraged to attend. No private tours of the site will be available. The Government will approve a maximum of two attendees per company. No foreign nationals or photography will be allowed. Companies wishing to attend the site visit must fill out a Naval Air Station (NAS) Patuxent River Base Access Form The Base Access Form must be completed by each person wanting access to the base and site. Only those on the approved site visit list will be issued a NAS Patuxent River Visitor Pass. Substitution for a person on the approved list is not permitted. The site-visit is tenatively scheduled for 21 June 2006 at 1000 hours. Companies who plan to attend the site visit must contact Ms. Sandy Strong at email cecily.strong@navy.mil or phone 301-757-9765 to request an electronic Base Access Form and directions to the site visit location. Forms must be properly executed and returned to Ms. Strong not later than June 16, 2006. It is the responsibility of the contractor to confirm acceptance of their Base Access form and base access cannot be guaranteed. Interested offerors may also request a preliminary design package, anticipated to be approximately 80% complete, prior to the planned site visit if it is available. The 80% design data package is For Informational Purposes Only and offerors are cautioned they are only to submit proposals in response to the formal RFP once it is released. Release of the formal RFP is planned for July 2006.
 
Place of Performance
Address: Patuxent River NAS, Patuxent River, MD
Zip Code: 20670
Country: USA
 
Record
SN01061758-W 20060604/060602221321 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  © 1994-2020, Loren Data Corp.