Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 04, 2005 FBO #1378
SOLICITATION NOTICE

A -- Enhanced Rotorcraft Drive System (ERDS)

Notice Date
9/2/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-05-2-0009
 
Response Due
12/16/2005
 
Archive Date
2/14/2006
 
Small Business Set-Aside
N/A
 
Description
DESC: Section I. The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.3 Research & Development as described below. Proposals are required to be submitted in accordance with the guidelines se t forth herein. This Research Announcement (RA) constitutes the total solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding these requirements. INTRODUCTION: As the Army moves forwar d to upgrading the Current Force, significant improvements in efficiency and affordability of aviation platforms are needed. To provide aviation platforms the increased range and payload capabilities required for the Future Force, advanced drive system te chnologies are necessary. The goals for the next generation aviation platforms are defined in the DOD's Rotary Wing Vehicle (RWV) Technology Development Approach (TDA). To ensure that aviation platforms are effective and affordable, the Army intends to dev elop and demonstrate critical technologies between FY06 and FY10 such that these technologies are available for transition into product improvement programs for existing air vehicle platforms that will be a part of the Army's Future Force. The Government' s strategy to achieve this, is to conduct a Technology Demonstration (TD) at the component/subsystem level during the FY06-10 timeframe. The Enhanced Rotorcraft Drive System (ERDS) will develop and demonstrate critical drive system technologies necessary t o achieve the next phase of the RWV TDA goals at the component/ subsystem level by FY10. This TD will be executed as a Technology Investment Agreement (TIA) preferably that is a Cooperative Agreement pursuant to 10 U.S.C. 2358. This TD is focused on the de velopment and demonstration of the critical technologies needed to maximize the potential for technology transfer to the US Armys Current/Future Force aircraft. Therefore, it is the Government's desire to conduct Component/Subsystem Level Technology Demon strations using a Current Force (US Army) aircraft drive system as a baseline, to the maximum extent possible. The period of performance for this TD is approximately 54 months. TECHNICAL DESCRIPTION: The ERDS program is focused upon developing critical per formance and affordability enhancing drive system technologies for the U.S. Army's Current/Future Force fleet of rotorcraft. The rotor drive systems of the U.S. Army's currently fielded rotorcraft are extremely heavy, consume a large portion of the vehicle s empty weight, and thus negatively impact the payload and range characteristics of the vehicles. The rotor drive system is an assembly of very high precision mechanical components with demanding manufacturing and quality requirements. Current systems have high parts count, making the total production costs high. Once fielded, the drive s ystems have proven to be a major source of operating and support costs due to less than desired component durability, susceptibility to corrosion and high cost of overhaul. The noise emitted by rotorcraft drive systems is extremely high and at a level dama ging to the human ear. Noise at this level (+100Db) also distorts voice communication, and accelerates fatigue of the crew and passengers. The ERDS program will consist of design, fabrication, and demonstration testing of critical drive system technologies required to achieve the program goals for the Army's Current/Future Force fleet of rotorcraft. The ERDS program goals are a 40% increase in drive system transmitted horsepower-to-weight ratio, 15dB reduction in drive system generated noise, 30% reduction in drive system production cost, 30% reduction in drive system operating and support costs, and 75% automatic detection of critical mechanical component failures. Offerors will be expected to develop a methodology that justifies the selection of critical t echnologies to be pursued and estimates their contribution to the overall p rogram goals. Design, fabrication and testing of these critical component technologies shall be conducted to demonstrate the specific weight, durability, noise, production cost, and O&S cost attributes of the components. Offerors will also be required to d evelop a methodology for assessing and refining the accuracy of the analytical tools developed or utilized for the design, analysis, and manufacturing of the selected critical components. The methodology shall be validated based upon the comparison of pre dicted performance and operating characteristics against those actually measured during component testing. Demonstration testing should be representative of the expected aircraft operating environment and be of sufficient scope to validate the weight, fati gue, durability, and noise characteristics of the technologies. DELIVERABLES: All contracts awarded under this solicitation will require delivery of the following data items: (1) Management/Program Plan; (2) Design Review Briefing Charts; (3) Test Plans; (4) Test Reports; (5) Bi-monthly Progress, Cost and Performance Reports; and (6) Final Report. All deliverable data may be in the format selected by the contractor. Additionally, a final briefing at Fort Eustis, VA, shall be presented. Section II. Award Information: ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Anticipated period of performance is 54 months total with 51 months for the technical effort and an additional 3 months for completion of the final report. The Government fun ding for the program is $14.9 million distributed by Government fiscal year as follows: FY06, 700K; FY07, 2M; FY08, 4.2M; FY09, 4.5M; FY10, 3.5M. Proposals must follow the guidelines described in this solicitation. TYPE OF FUNDING INSTRUMENT: Due to the c ommercial application of this technology, the Government anticipates and award of a TIA (Cooperative Agreement under 10 U.S.C 2358) or Other Transaction for Research (10 U.S.C. 2371) which are more flexible than traditional Government funding instruments. It is DoD policy to obtain, to the maximum extent practical, cost sharing of half of the cost of the project to ensure the recipient has a vested interest in the project's success. TIAs with, to the maximum extent practicable, cost participation of 50% a re anticipated because the technology has dual-use potential and performers of the program will benefit from commercialization. Cost participation may be in the form of cash or in-kind contributions. Cost participation will be considered in accordance wi th the DoD Grant and Agreement Regulations, DoD 3210.6-R paragraph 34.13 (Cooperative Agreement) (but also see paragraph 37.530 pertaining to Other Transactions for Research) accessible at the following link: http://www.dtic.mil/whs/directives/corres/pdf/ 32106r_041398/part34.pdf. This RA will remain open until 4:00 p.m. Eastern time December 16, 2005. Awards under this announcement are anticipated to be made by March 31, 2006. However, unless the offeror specifies a different expiration time, proposals w ill be considered valid for Government acceptance through 31 May 2006. The Government reserves the right to select for award any, all, part or none of the proposals received. Further, the Government reserves the right to select for award only a portion of an offeror's proposal (i.e., certain tasks vs. total program). Multiple proposals from the same offeror that address different solutions or that address only part of the problem under the announcement will be accepted and evaluated independently. Section I II. Eligibility Information: Participation in the project announced in this RA is limited to U.S. firms as prime recipient. The RA is not set aside for small businesses. Section IV. Application and Submission Information: This RA contains the total so licitation. No special application kits/forms/materials are required. GENERAL: The technical proposal should provide a clear justification for the selection of the critical tec hnologies proposed and their contribution to the overall program goals. The technical proposal should include a clear statement of the objectives and the approach to be pursued, background experience, and the expected contribution of the research to the pe rformance and affordability of the Army's recapitalized legacy/Objective Force Rotorcraft fleet and future large transport rotorcraft. It should also contain a Statement of Work (SOW), program milestones, a biographical section describing key personnel, a description of the facilities to be employed in the effort, and a program management section. The Cost Proposal should include a funding profile (a cost breakout by month), cost breakdown providing man-hours and monthly costs by task, all pricing rates us ed, and equipment and materials listings, if applicable. The individual critical technologies proposed must be priced as separate tasks in order to facilitate the selection of individual parts of the proposed effort. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. No pre-proposal conference is to be held. Proposals must be submitted in original and four (4) paper copies, as well as two (2) copies on CD-ROM. Proposa ls, excluding the cost section, shall not exceed 30 pages. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C (Paulette Wilson), Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Offerors desiring an explanation or interpretation of this announcement must request it in writing. Oral explanations or instructions given before the award of any agreement will not be binding. Any information given to a prospecti ve offeror concerning this announcement which is necessary in submitting offers or the lack of which would be prejudicial to any other prospective offeror(s) will be published as an amendment to this announcement. For purposes of this RA, late proposals w ill be treated in accordance with FAR 52.215-1. A copy of any cited reference/clause is available from the issuing office (Paulette Wilson), (757) 878-2788 or via link http://farsite.hill.af.mil/. Section V. Application Review Information. EVALUATION C RITERIA/BASIS FOR AWARD: The selection of one or more sources for award will be based on a scientific and/or engineering evaluation of proposals (both technical and cost as it relates to technical effort) in accordance with the criteria set forth in this s ection. Proposals will be evaluated on their own merit without regard to other proposals submitted under this announcement. These evaluations will result in narrative ratings, which will be used to develop an order of merit listing for proposals submitted under this announcement. The evaluation criteria are: (1) The extent to which the proposed work satisfies the Army's research need by use of innovative, creative, efficient, and affordable approaches to the technical objectives. (2) The merit of the offero r's proposed approach to accomplish the scientific and technical objectives. (3) The experience and qualifications of the scientists, engineers, technicians, and other proposed personnel. (4) The suitability and availability of proposed facilities. (5) Cos t to the Government. Realism of the proposed man-hours, materials and other costs to accomplish the proposed effort. Whether costs reflect a clear understanding of the requirements and are reasonable & consistent with the various elements of the offerors technical proposal. Any proposed cost share will be evaluated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. The evaluation criteria have the following order of importance: 1 and 2 are equal a nd significantly more important than 3, 4 and 5 which are equal. Proposed cost to the Government is a review criterion. The amount of cost sharing percentage could result in greater evaluation credit. SECURITY REQUIREMENTS: All work performed under resulting agreement(s) will be unclassified and will not require access to classified material. A determination has been made that performance under the agreement(s ) will require access to and/or generate technical data the export of which may be restricted by the Arms Export Control Act (Title 22, U. S. C., Sec. 2751 et. Seq.) or Executive Order 12470. Prior to award, the successful firm(s) will be required to provi de an Export-Controlled DoD Data Agreement certification number issued in accordance with DoD Directive 5230.25. This certification may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Ctr., Battle Creek, MI 49017-3084, Telep hone 1-800-352-3572. Participation in the program announced in this RA is limited to U. S. firms as prime contractors. GOVERNMENT FURNISHED PROPERTY: No Government Furnished Property is anticipated under any agreement(s) resulting from this RA. If Governme nt Furnished Property is necessary, it shall be detailed in the proposal. Section VI. Award Administration Information: This announcement is an expression of interest only and does not commit the Government to pay any response preparation cost. A samp le TIA under authority of 10 U.S.C. 2358 can be accessed via the Internet at the following link: http://www.aatd.eustis.army.mil/docs/TechInvestAgree.doc. This sample is provided for general information only as TIAs are more flexible than traditional fun ding instruments. The anticipated reporting requirements are addressed in Section I of this RA. Section VII. Agency Contacts. Offerors desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafa x (757) 878-0008) to the attention of Paulette Wilson (Contract Specialist) and/or Lauren Sebring (Grants Officer) at pwilson@aatd.eustis.army.mil and/or lsebring@aatd.eustis.army.mil. Mrs. Wilson and Mrs. Sebring can be reached by telephone at (757) 878- 2788 and (757) 878-4828, respectively. Note 26 apply.
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
Country: US
 
Record
SN00886072-W 20050904/050902212240 (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.