Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2007 FBO #2215
MODIFICATION

A -- The purpose of this Amendment to BAA W911W6-08-R-0002 is to publish all questions and responses received and provided to date.

Notice Date
12/18/2007
 
Notice Type
Modification
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
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
W911W6-08-R-0002
 
Response Due
1/4/2008
 
Archive Date
3/4/2008
 
Point of Contact
Velvet Taylor, 757-878-2306
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate
(velvet.taylor@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
The purpose of this Amendment to BAA W911W6-08-R-0002 is to publish all questions and responses received and provided to date since previous amendment #02 (posted November 28,2007). QUESTION: Topic 01-2008 calls for 'at least 7% improvement i n hover-out-of-ground-effect performance'. Is this a 7% improvement in rotor thrust or an increase in overall vehicle lift which could be achieved by reductions in airframe download? RESPONSE: For this topic, the Government is interested only in r otor technologies that improve hover performance. The solicitation states Rotor blade technologies that, when implemented on a field vehicle, improve system level performance but require minimal changes to other existing systems and do not adversely affec t rotor durability are of interest. QUESTION: Can you provide a description of the baseline blade design (i.e. material, shape, size, etc.) along with current life requirements and allowable BDAR limits, or may we base a proposal on the blade desig n for an existing Army Aviation helicopter? RESPONSE: The Government expects an Offeror-selected baseline Army helicopter to be chosen to develop and demonstrate an integrated durable rotor blade for an improvement-by-spares upgrade concept for t he Current Force. Therefore, the Government's intent is for the Offeror to base the proposal on a blade design for an existing Army aviation helicopter chosen by the Offeror. QUESTION: How is the increase in rotor OGE performance evaluated - by d ecrease in torque required to hover, increased load capacity, etc? RESPONSE: Yes, as stated in the solicitation, Improve rotor performance (at least 7% improvement in hover out of ground effect performance) with minimal required changes to other e xisting systems (i.e. rotor hub, drive system or airframe). How this is verified is an exercise for the offeror. QUESTION: What is the current life of rotor blades in sand and rain erosion environments? The goal is stated to be 1000 hrs. R ESPONSE: Depending on the ambient erosive environment, current rotor erosion protection systems may only last on the order of 10 to 100 hours. QUESTION: What are the de-icing requirements for Army aircraft? Is it a surface temperature, specific pa rt of the blade that must be heated, time to temperature, expected life, etc.? RESPONSE: As stated in the solicitation, When compared to an Offeror-selected baseline Army helicopter, the improvements to existing main and tail rotor systems will:& Provide de-ice/ anti-ice solution that meets or exceeds the life requirement of the baseline blade. And, A reliable, maintainable de-ice/anti-ice solution is desired. How this is achieved depends solely on the offerors approach. QUESTION: What is the current baseline for BDA and repair for the rotor blades? The goal is to increase it by at least 100%. Is this based on lift, amount of damaged area, fatigue limits, etc? RESPONSE: The baseline for BDAR depends on the offeror-selected baseli ne rotor blade. Reference must be made to the respective aircraft maintenance manuals. As stated in the solicitation: Numerous blades are retired in theater after receiving only minor damage, because the current published allowable damage criteria (airc raft maintenance manuals) for main rotor blades are stringent. QUESTION: The BAA mentions that the designs should require minimal changes to existing airframes. How is minimal quantified? Is this based on mechanical complexity, cost, etc.? <BR >RESPONSE: As stated in the solicitation, AATD seeks to develop and demonstrate an integrated durable rotor blade& through an improvement-by-spares upgrade concept for the Current Force. Also, Rotor blade technologies that, when implemented on a field vehicle, improve system level performance but require minimal changes to other existing [non-rotor blade] systems and do not adversely affect rotor durability, are of interest. Potential technologies include, but are not limited to, tailored rotor blades to exploit couplings available with composite materials, advanced blade planforms and/or tip shapes, and advanced airfoils. The intent is to meet the requirem ents of the solicitation through blade design and not through changes to the airframe. QUESTION: Does the Army want a blade that is a silver bullet approach (requires no maintenance until replacement) or a blade that is maintainable over time?<BR > RESPONSE: The Army realizes that there is no magic/silver bullet and that any resulting rotor blade will require maintenance over time. As stated in the solicitation: A reliable, maintainable de-ice/anti-ice solution is desired. And: Improved D urability and Damage Tolerance methodology and lightweight ballistic tolerance technology development is required to establish expanded rotor damage and repair criteria that can be implemented in the field for continued flight. QUESTION: If selec ted to participate in funded activities, how is intellectual property protected? Does the DFARS 252.227-7013 cover all aspects of the intellectual property aspect of the BAA submission? RESPONSE: As stated in the solicitation, The Government desir es, at a minimum, Government Purpose Rightsas defined by the DFARS 252.227-7013, to all technical data, deliverables, and computer software to be delivered. It is the offeror's responsibility to clearly acknowledge or take exception to the Governments d esire for at least Government Purpose Rights. QUESTION: Regarding Solicitation Topic 01-2008, can you please clarify if the solicitation is requesting program pricing for Year 1 or program Pricing for Years 1 - 4? Also, should an award be made, wi ll it be for Year 1 only and subsequent proposals will be required for follow on year activity? RESPONSE: As stated in the solicitation, the period of performance is not to exceed 42 months (39 months technical work, 3 months final report). Therefo re, the Government is expecting a proposal with program pricing for the entire effort (not to exceed 42 months). Subsequent proposals will not be required for each year's effort.
 
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
SN01472175-W 20071220/071218224819 (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.