Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 27, 2009 FBO #2678
SOLICITATION NOTICE

A -- Advanced Compressor Technology Broad Agency Announcement (BAA)

Notice Date
3/25/2009
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, U. S. Army Materiel Command, Aviation Applied Technology Directorate, Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-09-2-0002
 
Response Due
5/9/2009
 
Archive Date
7/8/2009
 
Point of Contact
sandra.schuck, 7578784819<br />
 
Small Business Set-Aside
N/A
 
Description
DESCRIPTION: Section 1. The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.2 Research & Development as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein. This Broad Agency Announcement (BAA) constitutes the total solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding these requirements. INTRODUCTION: The Army is anticipating the development of a new centerline turboshaft engine for use in current and Future Force rotorcraft. The Future Affordable Turbine Engine (FATE) program, a 7000 horsepower class full engine demonstrator, will be conducted under the DOD/NASA/DOE Versatile Affordable Advanced Turbine Engine (VAATE) program and will consist of a 5 year technical effort beginning in FY12 to demonstrate the VAATE phase III turboshaft/turboprop goal. The FATE program goals will be to demonstrate a reduction in specific fuel consumption (SFC), an increase in shaft horsepower to weight ratio, a reduction in production and maintenance cost, and a design life of 6000 hrs in a 7000 hp class turboshaft engine. In order to meet the aggressive goals of the FATE program, significant advancements in compressor technologies will be required to achieve the cycle temperatures and pressure ratios required. These conditions create significant challenges for components in the compressor of the FATE engine. Therefore, the objective of this announcement is to develop and validate critical advanced compressor technologies that improve the performance, durability, and/or affordability of an advanced compressor necessary to enable FATE technology level turboshaft engines. The offeror must substantiate how the proposed technology efforts are critical to their planned FATE configuration. The period of performance for this program is approximately 48 months. TECHNICAL DESCRIPTION: It is the Government's desire to conduct a technology development effort focused on advanced compressor technologies for FATE technology level turboshaft engines. The program shall utilize a notional FATE turboshaft engine design to establish the operational requirements and potential payoffs of the proposed concepts relative to the FATE engine performance, cost, and durability/life goals. The notional FATE engine should be a free shaft engine and designed to achieve the following goals that are based on a configuration that does not include a reduction gearbox but does include an inlet particle separator: 0.32 Specific Fuel Consumption (based on 7000 SHP engine @ SLS, IRP point); 9.7 Horsepower to Weight ratio @ IRP (7000 shaft horsepower); greater than or equal to 6000 hours design life, 15000 cycles cold parts, 7500 cycles for turbine blades and combustor liners (to crack initiation); 125 $/HP per engine production cost (including control system and IPS); 45% Reduction in maintenance cost in $ per engine flight hour (relative to offerors proposed baseline); 20% Reduction in development cost (relative to offerors proposed baseline); Efficient operation at part power is desired. Note: For engine level goals: specific fuel consumption, horsepower to weight and life are weighted higher than development, production, and maintenance cost. The offeror shall define the anticipated compressor configuration and performance characteristics consistent with their FATE design. The offeror shall design, fabricate and perform validation testing of the proposed compressor technologies considered critical to their envisioned FATE goal achievement. Validation testing shall be conducted at the bench and/or rig level in an environment that simulates notional FATE engine operational conditions and shall be performed to validate aerodynamic, thermal, and/or mechanical performance. The Advanced Compressor Technology program will be an integral part of the DoD/NASA/DOE VAATE program. Although a Government approved Advanced Turbo Propulsion Plan (ATPP) will eventually be required for any successful offerors, such a plan is not required in order to be eligible for an award under this solicitation. DELIVERABLES: The agreement awarded under this solicitation will require delivery of the following data items: (1) Program Plan (delivered 45 days after contract award); (2) Design Review Briefing Charts, (3) Test Plans, (4) Quarterly Progress, Cost and Performance Reports, (5) Final Report, (6) Final Briefing at Ft. Eustis shall be presented. All deliverable data may be in the format of selected recipient. Section II. Award Information: ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Anticipated period of performance is 48 months total with 45 months for the technical effort and an additional 3 months for completion of the final report. The Government funding for the program is $1,900,000 distributed by fiscal year as follows: FY09/10 $600K, FY11 $500K, FY12 $500K, FY13 $300K. TYPE OF FUNDING INSTRUMENT: Due to the commercial application of this technology, the Government anticipates an award of a Technology Investment Agreement (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% are 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 with the DoD Grant and Agreement Regulations, DoD 3210.6-R 37. accessible at the following link: http://www.dtic.mil/whs/directives/corres/pdf/321006r37p.pdf. This BAA will remain open until 2:00 p.m. Eastern Daylight time May 9, 2009. Awards under this announcement are anticipated to be made by August 5, 2009. However, unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through March 31, 2010. 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 III. Eligibility Information: Participation in the project announced in this BAA is available to qualified U.S. contractors as prime recipient. The BAA is not set aside for small businesses. Section IV. Application and Submission Information: This BAA contains the total Solicitation. No special application kits/forms/materials are required. GENERAL: The technical proposal should provide a clear justification for the selection of the proposed compressor technology. The justification/rational supporting the proposed technology should be based upon the potential contribution of the proposed technology to the overall achievement of the FATE engine level performance, durability, cost and life goals. The proposal should include a Statement of Work (SOW) that includes the following tasks: 1) Task I Design; 2) Task II Fabrication; 3) Task III Validation Testing; and 4) Task IV Management and Reporting. The technical proposal should also include a clear statement of the program objectives and the specific approach to be pursued and supporting background experience. It should also contain program milestones, a brief biographical section describing key personnel, a brief description of the facilities/capabilities to be employed in the effort, and a program management section. The offeror will also identify how the proposed propulsion technology is integral to its ongoing efforts to develop or support an ATPP for VAATE. No pre-proposal conference is to be held. The cost proposal shall include the following: a) A funding profile of cost and man-hours by month totaled by Government fiscal year for each task and the total program; b) Cost at the total program level showing all cost elements by cost category (including applicable rates and factors) by year (calendar or contractor year used to develop proposed rates and factors). c) Present all costs by cost category by separate individual tasks by Government fiscal year in order to facilitate selection and potential award of individual parts of the proposed effort and d) display cost share for each Government fiscal year. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractors submission. Subcontractor proposals may be provided directly to the Government due to any proprietary nature of the proposal. The cost proposal shall not contain overflow of information suited for the technical proposal. Any technical information in the cost proposal will not be evaluated. In the case of any conflict between the two proposals, cost information in the cost proposal will take precedence. Proposals must be submitted in original and five (5) copies. You are encouraged to submit cost proposals on electronic media using Microsoft Excel 2007 or compatible. Electronic cost data submission does not relieve the offeror from the responsibility for submission of an original signed hard copy of the cost proposal along with all supporting rationale. Proposals, excluding the cost section, shall not exceed 30 pages. Page limit is exclusive of title page, section dividers, table of contents, list of figures/tables, glossary of terms and cross-referencing indices which are not considered content pages. The evaluators will read only up to the maximum number of pages specified. A page is defined as one (1) side of standard 8 1/2 in. x 11 in. paper, font size Times New Roman 10 or larger, proportional spacing permissible, newspaper copy type style (two column permissible), one (1) inch margin all sides, single spaced. Types smaller than 10-pitch are permitted only for captions, sub/super-scripts and labeling of figures and graphs. Any charts or graphs must be clearly legible. Foldouts are permissible; however, each 8 in. x 11 in. fold will count as a page. All pages shall be numbered. Proposals should be marked with solicitation number W911W6-09-2-0002 and addressed to the Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C (Sandra Schuck), Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. For purposes of this BAA, late proposals will be treated in accordance with FAR 52.215-1. A copy of any cited reference/clause is available from the issuing office (Sandra Schuck), (757) 878-4819 or via link http://farsite.hill.af.mil/. The draft agreement, accessible at the following link, should be reviewed by the offerors and provide comment within their cost proposal http://www.aatd.eustis.army.mil/docs/TIA_AdvancedCompressorTechProgram.doc Section V. Application Review Information. EVALUATION CRITERIA/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 section. 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. Evaluation criteria are stated below with the following order of importance: 1) and 2) are equal and significantly more important than 3), 4) and 5) which are equal: (1) The extent to which the proposed component configuration / technologies satisfy the Army research objectives and goals by use of innovative, creative, efficient, and affordable solutions.; (2) The merit of the offerors proposed approach to accomplish the scientific and technical objectives. This includes the reasonableness of the proposed work plan, schedule, and program risk for achieving the program goals /objectives.; (3) The availability, experience and qualifications of the scientists, engineers, technicians, and other proposed personnel. (4) The suitability and availability of proposed facilities; (5) Realism of the proposed man-hours, materials and other costs to accomplish the proposed effort. Whether costs reflect a clear understanding of the program requirements and are reasonable and 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 amount of cost sharing percentage could result in greater evaluation credit. Cost to the Government is also an important consideration. 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., Section 2751, et. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C. App. 2401 et. seq.. Prior to award, the successful firm (s) will be required to provide 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, Telephone 1-800-352-3572. Participation in the program announced in this BAA is available to qualified U.S. contractors as prime contractors. GOVERNMENT FURNISHED PROPERTY: No Government Furnished Property is anticipated under any agreement (s) resulting from this BAA. If Government 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. Section VII. Agency Contacts. Offerors desiring an explanation or interpretation of this announcement must request it in writing at the above address (Data fax (757) 878-0008) to the attention of Sandra Schuck (Contract Specialist) and/or Nannette Cicolini (Grants Officer) at sandra.schuck@us.army.mil and/or nannnette.cicolini@us.army.mil at least fourteen (14) days before this announcement closes. Oral explanations or instructions given before the award of any agreement will not be binding. Any information given to a prospective 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. Ms. Schuck and Ms. Cicolini can be reached by telephone at (757) 878-4819 and (757) 878-2900, respectively.
 
Web Link
FedBizOpps Complete View
(https://www.fbo.gov/?s=opportunity&mode=form&id=b10babf8f1e4fea48e4829c88e279dcf&tab=core&_cview=1)
 
Place of Performance
Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA<br />
Zip Code: 23604-5577<br />
 
Record
SN01777456-W 20090327/090325220034-0796a698441864a9c5bd3f379284212a (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.