Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 14, 2006 FBO #1844
SOLICITATION NOTICE

49 -- Modification of Helicopter Drive System (HDS) Test Stand

Notice Date
12/12/2006
 
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, UNITED STATES
 
ZIP Code
00000
 
Solicitation Number
N00421-07-R-0017
 
Archive Date
12/28/2006
 
Description
The Naval Air Systems Command, Aircraft Division (NAWCAD) has a requirement to dismantle and remove an existing Helicopter Drive System (HDS) test stand system, and to fabricate, assemble and install a new HDS test stand system using a Government-provided design and technical data package. At final delivery, the Contractor will be required to confirm the alignment of the speed increasing gearbox shaft to the main drive system bed plate in accordance with the specifications. This test stand is located in the Propulsion Systems Evaluation Facility (PSEF), Bldg. 2360, at the Naval Air Warfare Center, Aircraft Division (NAWCAD), Patuxent River MD 20670. In accordance with FAR 6.102(b), this acquisition is an unrestricted, full and open competition under NAICS Code 332312. The contract, if awarded, will be issued on a Firm Fixed Price (FFP) basis. The total period of performance is approximately fifteen (15) months. The HDS test stand 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 test 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 test cell 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, 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 CH53K 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 will reutilize the existing thrust load and shaft bending capability. 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. In general, the contractor will be responsible to: 1) provide all labor, subcontracts, services and materials necessary to dismantle the existing HDS test stand system, store or dispose of various items, and fabricate, assemble and install the new HDS test stand system in accordance with the Government-approved design and technical data package (GFI); 2) install the Gateway Engineering Inc. 18,500 shaft horsepower absorption gearbox (GFE); and 3) purchase and install the engine drive system, intermediate gearbox, tail rotor bedplates, and a 500,000 foot-pound torque measurement system. The contractor will be required to 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 also provide technical data. No group or individual site visit at the HDS test stand location will be scheduled or authorized. With the Request for Proposal (RFP), the Government will provide a 100% complete design and technical data package on CD-ROM that contains detailed information about the site and the requirement. The Government anticipates issuing the solicitation for this requirement on or about 4 January 2007 with a sixty (60) day response period for receipt of proposals. Interested Offerors may access the solicitation at that time on the following website: http://www.navair.navy.mil/doing_business/open_solicitations/. NOTE: Due to file type incompatibility, the technical contents of the CD-ROM cannot be posted to the above NAVAIR solicitation website. To obtain one (1) copy of the CD-ROM, each interested firm must request the CD-ROM in writing via email from Sandy Strong, Contract Specialist, at the email address identified below. The email must contain the Offerors full street address (NO P.O. Box numbers), Point of Contact name, phone number, and the Offerors FEDEX or UPS account number. Upon receipt of this information, the Government will send out one (1) copy of the CD-ROM at the sole expense of the Offeror. The Government will not be liable for any address misinformation provided by the Offeror or misdirected CD-ROM delivery. Questions regarding this solicitation should be addressed via email to Sandy Strong, Contract Specialist, at cecily.strong@navy.mil,with a copy via email to Susan Holmes, Contracting Officer, at susan.holmes@navy.mil. Emails MUST contain in the subject line: Q&A for HDS Solicitation N00421-07-R-0017. Amendments to the solicitation, if any, as well as questions and answers (Q&A) will be posted on the website at the above link. Potential Offerors are strongly advised to periodically revisit the solicitation weblink for updates.
 
Record
SN01195161-W 20061214/061212220803 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.