Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 13, 2008 FBO #2270
SOLICITATION NOTICE

A -- Using the BAA process, AATD is soliciting technical and cost proposals to conduct applied research and development in (1) Durability & Damage Tolerance and (2) Rotorcraft Airframe Technology.

Notice Date
2/11/2008
 
Notice Type
Solicitation Notice
 
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-0006
 
Response Due
3/28/2008
 
Archive Date
5/27/2008
 
Point of Contact
Wilma Estrada, 757-878-5003
 
E-Mail Address
Email your questions to Aviation Applied Technology Directorate
(wilma.estrada@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
Using the Broad Agency Announcement (BAA) process, the Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals to conduct applied research and development in the following two topics of interest: Topic 1  Durability and Damage Tolerance (D&DT) and Topic 2  Rotorcraft Airframe Technology (RAT). The proposals are required to be submitted in accordance with the guidelines set forth herein. This Announcement constitutes the only solicitation. BACKGROUND: Current Army r otorcraft operate above structural design gross weight and incur significant Operating and Support (O&S) costs. Rotary Wing Vehicle (RWV) structures require maintenance due to environmental damage, battle damage, and limited service lives which limits airc raft availability. Future Army rotorcraft systems require improved range, payload, durability, and survivability for high operating tempo (OPTEMPO). To address these problems, investments in rotary-wing Applied Research will be directed to the D&DT and RAT topic areas, which address the following Structures Technology Objectives: reduced structural maintenance labor, reduced parasitic weight, reduced manufacturing cost, increased structural efficiency, and increased accuracy of stress and internal load pred iction. The link at http://www.aatd.eustis.army.mil/docs/ASSP_Structures_TOs.ppt contains the Aviation S&T Strategic Plan (ASSP) 2005 - Joint Services VTOL Rotorcraft. The Plan contains specific technology objective metrics for 2010/15/20 and technology ba seline definition. This BAA is limited to 6.2 Applied Research and is used to solicit effort needed to advance the technology readiness levels (TRLs) of rotary-wing compatible technologies sufficiently for follow-on 6.3 Advanced Technology Demonstration or commercialization. Efforts under this BAA are expected to develop and mature promising technologies from a TRL-3 (analytical and experimental critical functions and/or characteristic proof of concept) to a TRL-4 (component and/or breadboard validation in laboratory environment). The Integrated Aircraft & Crew Protection (see http://www.aatd.eustis.army.mil/docs/IAC_CP.ppt) and Capability-Based Operations & Sustainment Technologies (see http://www.aatd.eustis.army.mil/docs/OSST.ppt) programs are likely 6.3 transition opportunities for sufficiently mature technologies. SOLICITATION TOPICS: TOPIC 1  D&DT: AATD seeks proposals to reduce structural maintenance via corrosion sensors and improve structural efficiency via an integrated D&DT methodology. Specifical ly, efforts to mature and evaluate corrosion sensors are desired for those rotorcraft structures that are difficult to inspect or are inaccessible. Impact to the structure and aircraft, such as size, weight, and wiring needs, will be considered in evaluati ng the proposed concepts. Efforts to validate an integrated methodology to design a rotorcraft structural component using D&DT criteria are also desired. Significant work has already been done to develop the foundation technologies (e.g., damage detection, damage growth models, regime recognition, damage tolerance criteria, and life prediction techniques) in this area; however, an integrated methodology to use these technologies and techniques for structural qualification does not exist. Offerors should def ine the current TRL for each supporting technology, quantify the potential benefits and costs, and establish a D&DT qualification methodology. Proposed D&DT methodologies, validation strategies, and potential improvements in weight and maintenance cost wil l be considered in evaluating the proposed concepts. TOPIC 2  RAT: AATD seeks proposals to develop and mature structures technologies that improve structural efficiency via high-strain capable structural concepts, increase confidence in stress/load predic tion via high strain-rate analysis methods, and reduce parasitic weight via conductive composite structural concepts. Specifically, high-strain (approx. 5000 ?i n/in) capable structural concepts are desired to save weight in primary structure through maintaining structural integrity at strain levels beyond current practice. Validated structural response models and simulations for high strain-rates (approx. 1000 in /sec) are desired to increase confidence in stress/load prediction under crash and ballistic impact events. Conductive composite structural concepts are desired for multifunctional structures that incorporate some or all of the following attributes: broad- spectrum antennae, EMI shielding, and lightning strike protection. Offerors should clearly justify the applicability of any proposed technology to rotorcraft structures. EVALUATION CRITERIA/BASIS FOR AWARD: The selection of one or more sources for award wi ll 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 section. Proposals will be evaluated on their own merit without regard to o ther proposals submitted under this announcement. Each proposal will receive an adjectival rating supported by narrative. The adjectival ratings and supporting narrative will be considered along with other factors including the extent of restrictions place d on technical data deliverables that limit the Governments ability to further exploit the results of the research and cost to the Government. The Government will develop an order of merit list for each topic. The following evaluation criteria apply and a re of equal importance. 1. The extent to which the proposed technology satisfies the topic objectives by use of innovative, efficient, and affordable solutions to the technical problem. This includes understanding of the problem, current technical barriers , and how the proposed solution overcomes those barriers. 2. The merit of the proposed approach to develop and demonstrate the capabilities of proposed technologies. This includes the reasonableness of the proposed tasks, schedule, and approach to accompli sh the scientific and technical objectives. 3. The capability of the Offeror to accomplish the proposed effort. This includes the experience and qualifications of the proposed personnel, the suitability of the proposed facilities, and the availability of ( or the ability to generate) required technical and test data to validate the technology. 4. The reasonableness of the proposed cost to the Government. This includes the realism of the proposed man-hours, materials, travel and other costs to accomplish the proposed effort. Any proposed cost share will be evaluated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. 5. The risk of the proposed effort. This includes an assessment of the technical, schedu le, and budget risk associated with the proposed effort. DATA DELIVERABLES: All awards will require delivery of the following data items: (1) Management Plan, (2) Bi-Monthly Cost and Performance Progress Reports, (3) Final Report, (4) Final Briefing at Ft. Eustis, and (5) Briefing Charts. The following data deliverables will be required as applicable: (6) Test Plans, (7) Test Reports, (8) Software Development Plan, and (9) Software Requirements Specification. Contractor format will be acceptable. SECURITY R EQUIREMENTS: Unclassified, subject to export controls. Performance will require access to and/or generation of technical data, the export of which is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or the Export Administrat ion Act of 1979, as amended, Title 50 U.S.C. App 2401 et seq. Prior to award, the successful Offeror(s) will be required to provide an Export-Controlled DoD Data Agreement certification number issued in accordance with DoD Directive 5230.25. This certifica tion may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Center, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. DATA RI GHTS: The Government desires, at a minimum, Government Purpose Rights (defined at DFARS 227.71), to all technical data and computer software to be delivered. The proposal shall clearly acknowledge or take exception to the Governments desire for Government Purpose Rights. DESIRED PERFORMANCE PERIOD: Topic 1 (D&DT): 12-18 month efforts are desired; however, efforts should not exceed 24 Months total (21 technical plus 3 for Data/Final Report); Topic 2 (RAT): the period of performance should not exceed 15 Mon ths total (13 technical plus 2 for Data/Final Report). EXPECTED AWARD DATE: Staggered awards beginning 4th quarter FY08 are anticipated. ANTICIPATED FUNDING: Anticipated funding for all awards by each topic is as follows: TOPIC 1 (D&DT)  FY08 (414.0k), FY 09 (921.0k), FY10 (1,584.3k); TOPIC 2 (RAT)  FY08 (847.8k), FY09 (709.9k). To adequately invest in each topic area and maximize the breadth of technology developed, multiple awards within each topic are anticipated. If no meritorious proposals are receive d, the Government reserves the right to make no awards. GOVERNMENT FURNISHED EQUIPMENT, PROPERTY, AND DATA: Government furnished equipment, property, and data are not anticipated to be required. However, it is the Offeror's responsibility to identify, coor dinate, and furnish supporting documentation for use of any Government furnished equipment, property, or data. TYPE OF FUNDING INSTRUMENT: A variety of funding instruments are available pursuant to this announcement depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements the Government must satisfy. Such instruments include conventional contracts subject to the Federal Acquisition Regulation, as supplemented, and Technology Investment A greements (TIA) (Cooperative Agreement under 10 U.S.C 2358) or Other Transaction (OT) for Research (10 U.S.C. 2371), which are more flexible than traditional Government funding instruments. Under TIAs or OT(s), it is DoD policy to obtain, to the maximum e xtent practicable, cost sharing of half of the cost of the project to ensure the recipient has a vested interest in the project's success. Cost participation may be in the form of cash or in-kind contributions, where cash is considered of significantly hig her quality in demonstrating commitment to the project. Cost participation will be considered in accordance with the DoD Grant and Agreement Regulations, DoD 3210.6-R paragraph 34.13 (Cooperative Agreement) but also see paragraph 37.530 pertaining to OT. A ward type is negotiable, but the Offerors intent should be clearly stated in the cost proposal. SIZE STATUS: Due to the complexity and technical considerations of this program, this solicitation is not set-aside for small businesses. NOTICE TO FOREIGN OWN ED FIRMS: Participation in this program is limited to U.S. Firms as Prime Contractors; however, Subcontractors may be foreign-owned. PROPOSAL PREPARATION & SUBMISSION INSTRUCTIONS: Offerors may submit multiple proposals in response to this BAA. Each propos al shall address only one topic. Proposals shall clearly identify the topic and solicitation number. Proposals shall consist of two volumes--Technical and Cost. Proposals shall clearly define any teaming arrangements proposed and identify the roles and rel ationship of the contractor team. TECHNICAL VOLUME: The Technical Volume shall consist of three (3) Sections and shall not exceed 35 pages (minimum 12-point font). Section 1, Technology Solution, shall describe the proposed solution, the current problem, a nd technology barriers in terms of the 2004 state-of-the-technology (as defined in ASSP 2005  Joint Services VTOL Rotorcraft). Section 1 shall include a clear statement of the proposed research objectives. Offerors shall identify and substantiate the begi nning and ending TRLs, as well as the contribution of the effort to the announcement Technology Objectives. Section 2, Technical Approach, shall describe the sp ecific approach to be pursued. It shall contain a concise Statement of Work (SOW) and a schedule. Section 3, Qualifications, shall contain a biographical section describing key personnel and respective roles, as well as a description of the facilities and/ or data sources to be employed in the effort. COST VOLUME: The Cost Volume shall include a funding profile that shows project costs and man-hours by month and Government fiscal year (GFY) (Oct  Sep), for each SOW task. All pricing rates used, travel, and equipment and materials required shall be included. The individual tasks proposed must be priced separately in order to facilitate selection and potential award of individual parts of the proposed effort. Cost share or in-kind contributions, if proposed, n eed to be clearly identified. If proposing a cost share, identify the amount by GFY to be contributed. Subcontractor cost proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractors submission. The Of feror shall clearly identify the proposed contractual instrument and clearly identify the proposed intellectual property rights extended to the Government. Proposal validity period shall be identified. SUBCONTRACTING PLAN: Not applicable if proposing award under a non-FAR instrument (i.e. TIA) or if the Offeror is a small business concern. Pursuant to the requirements of FAR part 19.702(a)(1), if the total amount of the proposal exceeds $550,000, and there are subcontracting possibilities, Offerors must sub mit a subcontracting plan as part of the Cost Volume. FAR part 52.219-9 defines a subcontracting plan and its requirements. Offerors shall incorporate the subcontracting plan as part of the Offeror's proposal submission. DFARS 226.370-8 discusses subcontra cting incentive and goals with the Historically Black Colleges and Universities and Minority Institutions (HBCUs/MIs). DFARS 219.708(b)(1)(A) and (B) discusses the appropriate use of DFARS clauses 252.219-7003 and 252.219-7004 in solicitations and contract related to small, small disadvantaged, women-owned small business (SB, SDB, WOSB) subcontracting plans. Offerors are cautioned that in solicitations where subcontracting opportunities exist, the Government will not execute a contract unless the Contractin g Officer determines that the negotiated plan provides the maximum practicable opportunity for SBs, SDB, WOSB, HubZone, and Veteran-owned small business (VOSB) concerns or HBCUs/MIs to participate in the performance of the contract. Offerors should note t hat DFARS 219.705-4 provides for a goal of 5% for SDB concerns and HBCUs/MIs. SUBMISSION: Proposals are due not later than 2:00 PM EDT 28 March 2008 in electronic format on disc (PDF or MS Word) and four (4) paper copies to the Aviation Applied Technology Directorate, Attn: AMSRD-AMR-AA-C (Wilma L. Estrada), Fort Eustis, VA 23604-5577. Facsimile and electronic proposal submission is not authorized under this Announcement. The cost proposal electronic copy will be used for verification purposes and needs to be delivered in Excel or other compatible format. Proposals submitted after the closing date/time will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. A copy of this provision may be obtained from http://fars ite/hill.af.mil. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. A pre-proposal conference will not be held. Proposals will be considered valid for 210 days from the date that t his announcement closes unless specifically stated otherwise. Offerors desiring an explanation or interpretation of this announcement must submit a request in writing to Ms. Wilma Estrada, Contract Specialist, email: wilma.estrada@us.army.mil. To ensure a timely response, written questions should be submitted not later than 4:00 p.m. local (Fort Eustis) time, 21 March 2008. Any information given to a prospective Offeror concerning this Announcement, which is necessary in submitting an offer or the lack of which would be prejudicial to any other prospective Offeror(s), will be published as an amendment to this Announcement. Offerors should be alert for any amendmen ts to this Announcement. Any award made under this Announcement is contingent upon the availability of appropriated funds for which payment for program purposes can be made.
 
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
SN01505708-W 20080213/080211225730 (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.