Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF SEPTEMBER 11, 2006 FBO #1750
SOLICITATION NOTICE

A -- Universal Aerial Delivery Dispenser (UADD) Innovative Technology Demonstration (ITD)

Notice Date
9/9/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Combat Command, 99 CONS, 5865 Swaab Blvd, Nellis AFB, NV, 89191-7063
 
ZIP Code
89191-7063
 
Solicitation Number
FA4861-06-R-C015
 
Description
THE INTENT OF THIS ACTION IS TO AWARD A SOLE SOURCE CONTRACT. The Government intends to issue a sole source contract to TEXTRON SYSTEMS CORPORATION, of Wilmington, MA, a large business to provide the following items under the authority of FAR 6.302-1. Only one responsible source and no other supplies or services will satisfy agency requirements. The contract is expected to be for one base year and one optional year. CLIN 0001 UADD Phase I Enhancements (The contractor shall furnish all supplies and services necessary to accomplish the work specified in the Statement of Objectives. The contractor shall perform aerodynamic enhancements, component design refinement, flight control system modifications, and production analysis. The contractor shall also deliver status reports, interface control documents, technical review minutes, a final report, and a SOW for Phase II as specified in the SOO.) CLIN 0002 Travel (Travel shall be reimbursed for travel that might be required under the performance of the contract. Travel must be approved by the Program Office and the Contracting Officer or his/her designated representative in advance. The contractor shall be reimbursed for travel costs incurred under this contract. No profit shall be paid for travel, nor shall G&A or other administrative costs. Travel shall rates shall be in accordance with the Joint Travel Regulations. CLIN 0003 Materials/ODCs (The contractor shall provide materials, subcontractor support, and services in accordance with the SOO and all terms and conditions of this contract.) CLIN 0004 Data and Reports (The contractor shall provide data in accordance with the Contract Data Requirements List (CDRLS). Data requirements are not separately priced (NSP).) CLIN 1001 Option Phase II (The contractor shall furnish all supplies and services necessary to demonstrate the capabilities developed under the contract as specified in the Statement of Work.) (The Government reserves the right to change the CLIN Structure.) The Statement of Objectives Technical Objectives include: PHASE I TECHNICAL OBJECTIVES The contractor shall be responsible for providing UADD hardware enhancements, interface and analysis as defined below. a) Aerodynamic enhancements to expand the flight envelope and the launch acceptable region (LAR) UADD wind tunnel model Wind-tunnel testing Aerodynamic engineering support b) Add a decelerator to support additional mission payloads requiring a ?soft landing? Parachute/control actuation system (CAS) packaging study c) Component design refinement Lightweight CAS housing Foldable fins Antenna optimization study and tests d) Flight control system modifications to incorporate enhancements Software and Hardware-in-the-loop Simulation (HilSim) Engineer support/technical oversight e) Producibility analysis/design for production (parts reduction/assembly) PHASE II TECHNICAL OBJECTIVES (OPTION) The contractor shall be responsible for providing UADD hardware enhancements, interface, integration, and analysis as defined below. a) Design for production (Ruggedize Design for Extreme Envelope Conditions) - Antenna analysis - Mass property studies - Structural analyses - Air sensor probe design - Support safety meetings for updated design b) Decelerator design/development c) Payload ejection design modifications to allow for additional payloads d) Perform U-ADD bench tests e) UAV Electrical/Mechanical Integration f) Deliver flight test hardware (U-ADDs with TBD payload) g) Conduct flight tests The contractor shall author a Performance Based Statement of Work (SOW) for this effort. The SOW shall be structured in accordance with AFI 63-124, Performance-Based Service Contracts, and shall reflect the Offerors proposed approach to POC support. The SOW shall describe tasks performed to achieve the elements described in the POC requirements documents, and shall additionally contain a Service Delivery Summary (SDS) citing the threshold requirements identified in the requirements documents. The SOW should fully incorporate the scope of the POC effort to be complete, accountable, and traceable to the required capabilities. Within the SOW, the contractor shall include a quality control plan (limited to 10 pages) to address quality processes envisioned by the Quality Assurance Surveillance Plan (attached to the Government?s Request for Proposal). The SOW shall be submitted within 10 days after contract award. The SOW shall become an attachment to the contract. This notice is not a request for competitive proposals. A determination not to compete this proposed procurement was made because Textron Systems Corporation developed the U-ADD system under its own Internal Research and Development (IRAD) funds and conducted Textron Systems funded U-ADD guided test vehicle flights. Questions should be directed to Ms. Roberta Hauck in writing via email to: roberta.hauck@nellis.af.mil or via facsimile at (702) 652-3367.
 
Place of Performance
Address: Nellis AFB, Las Vegas, NV
Zip Code: 89191
Country: UNITED STATES
 
Record
SN01138801-W 20060911/060909220402 (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.