Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MAY 08, 2002 FBO #0157
MODIFICATION

A -- DEFENSE SCIENCES RESEARCH AND TECHNOLOGY

Notice Date
5/6/2002
 
Notice Type
Modification
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714
 
ZIP Code
22203-1714
 
Solicitation Number
BAA01-42
 
Response Due
8/29/2002
 
Archive Date
8/30/2002
 
Point of Contact
Leo Christodoulou, DARPA Program Manager, Phone 703-696-2374, Fax 571-218-4553,
 
E-Mail Address
none
 
Description
DARPA INITIATIVE IN TITANIUM, SOL BAA01-42, Addendum 9, DUE 061002, POC: DR. LEO CHRISTODOULOU, DARPA/DSO, Fax: (571) 218-4553, Email: dsobaa01-42@darpa.mil URL: www.darpa.mil/baa/#dso. PROGRAM GOALS AND OBJECTIVES: The Defense Advanced Research Projects Agency (DARPA) is interested in receiving proposals for research, development and establishment of an industrially scalable processing capability for new production and processing methodologies for titanium metal and its alloys. The overall goals of this program are 1) the establishment of a US-based, high volume, low cost, environmentally benign production capability enabling widespread use of titanium and its alloys and 2) the development and demonstration of unique, previously unattainable titanium alloys, microstructures and properties that enable new high performance applications. The program will be divided into three phases. Phase I (no longer than 18 months) has the specific objective of the establishment of a reproducible titanium alloy "sponge" production process at an initial minimum rate of 50 lb/day with the following characteristics; a) oxygen control to 300 (+/- 50) ppm, b) demonstration of uniformity in microstructure (grain size to be within a factor of 5 across cross-section of primary billet); c) demonstration of uniformity of distribution of light (e.g., Al) and heavy (e.g., Mo) elements in titanium alloys; and d) demonstration of a melt-free primary billet. Phase II (up to 24 months) should address technical issues critical to, and demonstrate the production capability to produce titanium alloy sponge at a minimum rate of 500 lb/day, while meeting or exceeding all purity and uniformity goals for Phase I. The goal at the end of Phase II is the establishment of a non-melt titanium alloy production capability and a maximum cost of primary commercial purity (CP) titanium billet (material suitable for subsequent processing by forging, extrusion, rolling etc, into useful product forms) of $4.00/lb. Phase III (12 months) should establish a functioning pilot scale plant for production of titanium alloy sponge and a demonstrated capability for non-melt processed alloy/product forms (e.g., Ti-6Al-4V forgings) with properties equivalent to those of traditionally processed alloys of identical composition. This phase should conclude with the demonstration of at least one new composition chemistry alloy product. The following are considered desirable in the program: a) processes and approaches that are conducive to low-cost flexible processing/fabrication; b) environmentally benign processes and c) integrated, multidisciplinary, collaborative efforts or teaming arrangements among industry, universities, federal laboratories, and users. PROPOSAL REQUIREMENTS: Each proposal should 1) include a plausible business plan, including a clearly delineated intellectual property arrangements and specific cost targets for titanium "sponge," CP titanium and titanium alloy billet; 2) explicitly describe processes and approaches for the development of new low-cost titanium alloy compositions/microstructures/properties; 3) describe the approach to demonstrate non-melt derived billet products; 4) describe the approach to demonstrate "solute segregation-free" alloys; 5) describe the approach to demonstrate process scale-up; 6) describe the approach to demonstrate CP titanium metal and alloys with controlled impurities including oxygen and other interstitials and halides; and 7) include a risk mitigation strategy. Proposals should be phased. Phase I should not exceed eighteen (18) months, with Phase II and Phase III not exceeding twenty-four (24) and twelve (12) months, respectively. However, the total of all three phases should be no longer than 48 months. All objectives are considered "go"/"no-go" milestones. If multiple awards are made downselection may occur at the end of each Phase. Cost sharing is not an evaluation criterion. Proposals with cost share should clearly identify the specific tasks to be cost shared in the technical proposal and separately break out the corresponding costs in the cost proposal. The number of awards will be dependent on the suitability of proposals received and availability of funds. Full proposals shall consist of two volumes: technical and cost. Offerors should submit one (1) original and six (6) copies of the full proposal due no later than 1600 ET June 10, 2002, to the address shown below. Volume 1: Technical. The technical volume for this addendum is limited to a maximum of 30 pages, including all figures, references, tables, charts, and appendices. The technical proposal shall include the following: 1) an executive summary (two pages or less); 2) a technical approach section outlining key development milestones; 3) a plan for the establishment of the production, processing and fabrication capability and for performance demonstration to include risk mitigation steps; 4) a plausible business plan and specific cost targets for the various materials of interest identified above 5) a clear statement of work and a time-phased schedule-milestone chart; 6) organizational structure of the team and management approach; 7) summary of relevant prior work and experience; 8) description of and intentions for handling intellectual property; 9) brief description of applicable expertise, facilities and equipment; and 10) brief resumes of key individuals. Volume 2: Cost. The cost volume shall conform to the guidelines in the original announcement for BAA01-42 dated September 4, 2001. EVALUATION OF PROPOSALS: Evaluation of the proposals will be based on the following criteria, in decreasing order of importance: 1) the scientific and technical merits of the proposed effort as they address the program requirements listed above; 2) the likelihood that the proposed development will provide unique and/or new capabilities for the production of titanium and its alloys of interest to DoD including intellectual property arrangements and specific cost targets; 3) the qualifications of the principal investigator and other key personnel, and adequacy of the equipment and facilities to meet the objectives; and 4) cost realism. Proposers may be asked to present their proposal in person to an evaluation committee. A formal RFP or other solicitation regarding this announcement will not be issued. Requests for the same will be disregarded. Evaluation and selection of proposals for award will be made to those offerors whose proposal is considered most advantageous to the Government, price and other factors considered. The Government reserves the right to select for award all, some, or none of the proposals received in response to this announcement. Proposals identified for funding may result in a procurement contract, grant, cooperative agreement, or "Technology Investment Agreement (TIA)," depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. The offeror must submit a separate list of all technical data or computer software that will be furnished to the Government with other than unlimited rights (see DFARS Part 227). Holders of Intellectual Property (IP) are strongly encouraged to permit/sanction multiple proposals based on their IP in order to permit multiple technology exploitation options. Multiple awards based on the same technology may be made. All responsible sources capable of satisfying the Government's needs may submit proposals that will be evaluated if received in the correct format by the closing date. Because of the specific nature of this solicitation, no portion of this will be set aside for HBCU and MI participation. However, these organizations are encouraged to apply and/or team with other proposers. GENERAL INFORMATION: In all correspondence, reference BAA01-42, Addendum 9. Proposals will not be returned. All proprietary material should be clearly marked and will be held in strict confidence. Restrictive notices notwithstanding, proposals may be handled, for administrative purposes only, by a support contractor. All support contractors are bound by appropriate non-disclosure requirements. Input on technical aspects of the proposals may be solicited by DARPA from non-Government consultants/experts who are bound by appropriate non-disclosure requirements. Non-Government technical consultants will not have access to proposals that are labeled by the offerors as "GOVERNMENT ONLY." For general administrative questions and proposal formatting, please refer to the original CBD announcement for BAA01-42 dated September 4, 2001. ADDRESS FOR SUBMISSION OF PROPOSALS: DARPA/DSO, Attn: BAA01-42, Addendum 9, 3701 N. Fairfax Drive, Arlington, Virginia 22203-1714. TECHNICAL POINT OF CONTACT: Dr. Leo Christodoulou, DARPA/DSO; phone (703) 696-2374 and fax (571) 218-4553.
 
Record
SN00072378-W 20020508/020506213456 (fbodaily.com)
 
Source
FedBizOpps.gov 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.