Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 24, 2008 FBO #2371
SOLICITATION NOTICE

R -- J52 ENGINE CIP

Notice Date
5/22/2008
 
Notice Type
Presolicitation
 
NAICS
541330 — Engineering Services
 
Contracting Office
Department of the Navy, Naval Air Systems Command, NAVAIR HQ, Building 2272, 47123 Buse Road Unit IPT, Patuxent River, Maryland, 20670
 
ZIP Code
20670
 
Solicitation Number
N00019-08-G-0004-J52CIP09
 
Point of Contact
Sandy C Strong,, Phone: 301-757-7512, Carolyn A Abney,, Phone: 301-757-7060
 
E-Mail Address
cecily.strong@navy.mil, carolyn.abney@navy.mil
 
Small Business Set-Aside
N/A
 
Description
The Naval Air Systems Command (NAVAIR) has a requirement for engineering technical services and support to perform a Component Improvement Program (CIP) for the J52 engine in the Navy’s EA-6B aircraft, and intends to negotiate on a sole-source basis with United Technologies Corporation/Pratt & Whitney, Military Engines 20, 400 Main Street, East Hartford, CT 06108-0968. The applicable NAICS Code is 541330, Engineering Services. The Component Improvement Program (CIP) is a continuing engineering support program that provides engineering effort, laboratory testing, and technical data as required to ensure safe, reliable, and cost effective operation of the J52 engine. The CIP effort will include investigation of problems, design of engineering solutions, development of corrective actions, and performance of unique testing, as set forth in selected Engineering Project Descriptions (EPDs). Engineering support is categorized into the following three areas: 1. Problem Solving involving rapid investigation and resolution of fleet problems related to safety, readiness, and operability. 2. Problem Avoidance through an aggressive program of mission testing, analytical sampling of fleet hardware, and engineering analysis designed to forecast the wear out rates, life limits, and problems with hardware before they occur in the fleet. 3. Product Improvement to develop and qualify design changes, repair procedures and alternate sources where substantial savings in operation and support costs can be realized. The following capabilities are essential to provide the necessary engineering support services for CIP: a. An in-place engineering team knowledgeable of the J52 design and manufacturing methodologies; b. An in-place logistics support team knowledgeable of Navy maintenance practices and J52 engine maintenance and support concepts; c. Ready access to full scale test facilities capable of conducting simulated sea-level testing of the J52 engine; d. Ready access to component and rig test facilities capable of conducting a full range of turbo-machinery diagnostic testing; e. Ready access to an engineering design team knowledgeable in the full range of state-of-the-art propulsion and power technology areas such as applied mechanics, heat transfer, vibration and stress analysis, thermodynamics, and aerodynamics; f. Demonstrated experience in the management of design, development, qualification, and support of the J52 engine. United Technologies Corporation/Pratt & Whitney (Pratt & Whitney) has rights in privately developed commercial technologies and processes incorporated into the J52 engine and has privately developed computer software needed for J52 analysis. This privately developed data, along with the corporate expertise necessary to identify and correct problems with the J52 engine, are the sole property of Pratt & Whitney. Given their involvement with the design, development, qualification, manufacturing, and continuing improvements of the J52 engine, their ready access to the original design intent, original engineering drawings, and the most recent design changes to the J52, and their immediate access to the necessary special tooling, special test equipment, and test facilities necessary to prototype and test proposed J52 engineering solutions, Pratt & Whitney is the only known firm with the technical expertise, technical knowledge, and technical data to provide the required engineering support. It is anticipated that a task order under a Basic Ordering Agreement (BOA) containing one cost-type CLIN will be awarded. The term of the task order is expected to be approximately twelve months. The Government reserves the right to process the procurement on a sole source basis based upon the responses received. Note 22 applies.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=cd12266330e626b74663960cadc73d12&tab=core&_cview=1)
 
Place of Performance
Address: 400 Main Street, East Hartford, Connecticut, 06108, United States
Zip Code: 06108
 
Record
SN01579289-W 20080524/080522220616-cd12266330e626b74663960cadc73d12 (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.