Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 21, 2010 FBO #3011
SOLICITATION NOTICE

A -- The Future Advanced Rotorcraft Drive System (FARDS) program developing critical performance and affordability enhancing drive system technologies for the U.S. Army's Current/Future Force fleet of rotorcraft

Notice Date
2/19/2010
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-10-R-0002
 
Response Due
4/20/2010
 
Archive Date
6/19/2010
 
Point of Contact
hope mcclain, 757-878-2993
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(hope.a.mcclain@us.army.mil)
 
Small Business Set-Aside
N/A
 
Description
This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. POC: Ms. Hope McClain, Contract Specialist, 757-878-2993. 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 set forth herein. This Broad Agency Announcement constitutes the total solicitation. There will be no formal Request for Proposals (RFP) or other solicitation requests for this requirement other than this announcement. INTRODUCTION The Future Advanced Rotorcraft Drive System (FARDS) program is focused upon developing critical performance and affordability enhancing drive system technologies for the U.S. Army's Current/Future Force fleet of rotorcraft. The drive systems of the U.S. Army's currently fielded rotorcraft are extremely heavy, consume a large portion of the vehicles 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 systems 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 large drive systems is extremely high and at a level damaging to the human ear. Noise at this level (+100Db) also distorts voice communication, and accelerates fatigue of the crew and passengers. The FARDS program will consist of design, fabrication, and demonstration testing of critical drive system technologies required to achieve the program goals. The FARDS program goals are a 55% increase in drive system transmitted horsepower-to-weight ratio, 18dB reduction in drive system generated noise, 35% reduction in drive system production cost, 35% reduction in drive system operating and support costs, and 90% automatic detection of critical mechanical component failures, all relative to year 2000 fielded systems. TECHNICAL DESCRIPTION: The FARDS program shall consist of design, fabrication, and demonstration testing of critical drive system technologies required to achieve the program goals. The proposed drive system technologies shall have a design life greater than or equal to the proposed baseline aircraft. The FARDS program goals are a 55% increase in drive system transmitted horsepower-to-weight ratio, 18dB reduction in drive system generated noise, 35% reduction in drive system production cost, 35% reduction in drive system operating and support costs, and the capability to automatically detect 90% of critical mechanical component failures. These goals are relative to year 2000 fielded systems. Design, fabrication and testing of the critical component technologies shall be conducted to demonstrate the specific weight, durability, noise, production cost, and O&S cost attributes of the components. Offerors shall also be required to develop 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 predicted performance and operating characteristics against those actually measured during testing. Demonstration testing shall be representative of the expected aircraft operating environment and be of sufficient scope to validate the weight, fatigue, durability, and noise characteristics of the technologies. DELIVERABLE ITEMS: The program will require delivery of the following data items: (1) Program Plan, (2) Design Review Briefing Charts, (3) Bi-Monthly Progress, Cost and Performance Reports, (4) Final Report, (5) Final Briefing at Ft. Eustis, (6) Test Plans (7) Test Reports (Note: Each of these items shall be delivered in the Offerors format) SECURITY REQUIREMENTS: 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 Executive Order 12470. Prior to award, the successful Offeror(s) will be required to (if applicable) 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 Center, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. OTHER SPECIAL REQUIREMENTS DATA RIGHTS: The Government desires, at a minimum, Government Purpose Rights as defined by the DFARS, to all technical data, deliverables, and computer software to be delivered, and no limitations on the use of delivered and/or residual hardware. It is the Offeror's responsibility to clearly acknowledge or make exception to the Governments desire to Government Purpose Rights. ANTICIPATED PERIOD OF PERFORMANCE: 60 Months Total (57 technical and 3 for Data/final Report) EXPECTED AWARD DATE: August, 2010 GOVERNMENT ESTIMATE: $20,500,000 (Distribution: FY10/FY11; $2.2M, FY12; $3.3M, FY13; $3.5M, FY14;$5.4M, FY15;$6.1M) Also, due to commercial application of this development effort, up to a 50% cost share is anticipated. GOVERNMENT FURNISHED PROPERTY: It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation for use of any Government furnished equipment or property. No government furnished data will be provided. TYPE OF CONTRACTUAL VEHICLE: A range of funding instruments are available including Technology Investment Agreement (10 USC 2358 OR 10USC 2371) and FAR-based Contracts. Type of contractual instrument is a subject of negotiation. Appropriate clauses, terms, and conditions will be incorporated upon award. Because a TIA is a more flexible type of funding instrument, the draft TIA is provided in the supplemental package. Inclusion of the draft TIA should not be interpreted as Government preference for that type funding instrument. The Government reserves the right to select for award any, all, part, only a portion of an offerors proposal (i.e. certain tasks vs total program), or none of the proposals received. Multiple awards may be possible depending upon cost share; however, the funding available is expected to fund at least one full program. Agreements with cost participation by the Recipient of up to 50% are anticipated for each award made 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 sharing and matching requirement are addressed in Sec 34.13 and Sec 37.525-37.555 of the Defense Grant and Agreement Regulations (DoD 3210.6R). The following link is provided: http://www.dtic.mil/whs/directives/corres/html/32106r.htm SIZE STATUS: The NAICS is 541712. This announcement is unrestricted.. NOTICE TO FOREIGN OWNED FIRMS: Participation in this program is limited to U.S. as Prime Contractors; however, Subcontractors may be foreign owned. PROPOSAL PREPARATION INSTRUCTIONS: The proposal shall consist of two volumes, a technical volume and a cost volume. In presenting the proposal material, prospective Offerors are advised that the quality of the information is significantly more important than quantity. Offerors should confine the submissions to essential matters providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. Technical Volume: The technical volume of the proposal shall provide a quantifiable benefit analysis of the proposed technologies relative to the program goals, and describe a clear transition path to a current or future Army rotary wing aircraft. The benefits analysis shall include the selection of a baseline Army aircraft and identification of the drive system characteristics of the selected baseline aircraft relative to the FARDS program goals. The technical volume shall also include a clear statement of the program objectives, the specific approach for each technology demonstration to be pursued, and supporting background experience. It shall contain a Statement of Work (SOW), program milestones, a biographical section describing key personnel, a description of the facilities and/or data sources to be employed in the effort, and a program management section. Offerors shall identify and substantiate the beginning and ending Technology Readiness Levels. The technical volume shall not exceed 40 pages (minimum 12-point font). Cost Volume: The cost volume of the proposal shall include a funding profile that shows a cost breakdown by month, providing man-hours and monthly costs by task (at least WBS level 3). Program costs and man-hours by task by Government fiscal year and accounting year shall also be included. This information shall be provided for both the total program and for each SOW task. All pricing rates used, and equipment and materials required shall be included. Cost share or in-kind contributions, if proposed, need to be clearly identified. Subcontractor proposals, if applicable, including pricing rate details, shall be provided concurrent with the prime contractors submission. The cost proposal shall not contain overflow of information suited for the technical proposal. This volume shall be submitted in MS Excel or compatable version. Offerors shall indicate the proposed funding instrument (e.g., FAR-based contract and type (cost-plus-fixed-fee, cost reimbursable, etc.) or TIA.) If proposing a TIA, offerors shall review the draft TIA in the supplemental package and indicate acceptability of all terms or provide any exceptions or comments concerning the acceptability of all terms and conditions of this announcement. A copy of the supplemental package can be found at the following URL: http://www.aatd.eustis.army.mil/docs/TIA_Draft_FARDS.doc. Use of tracked changes feature is encouraged. Submission: Proposals should be marked with the solicitation number and shall be submitted in four paper copies and electronic format on disc (PDF or MS Word for the technical volume and Excel for the cost volume) to the Aviation Applied Technology Directorate, Attn: RDMR-AAC (Hope McClain), Fort Eustis, VA 23604-5577. Facsimile and electronic proposal submission is not authorized under this Announcement. Proposals submitted after the closing date will be handled in accordance with FAR 52.215-1, Instructions to OfferorsCompetitive Acquisition. Unless otherwise specified, proposals will be considered valid for Government acceptance through 24 December 2010. EVALUATION CRITERIA/BASIS FOR AWARD The selection 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. 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 effort satisfies the FARDS BAA objectives by use of innovative and affordable technologies. This will include understanding of the problem, current technical barriers, and how the proposed solution eliminates those barriers. 2. The merit of the Offerors proposed approach to develop and demonstrate the proposed technologies. This includes the reasonableness of the proposed tasks, schedule, and approach to accomplish the scientific and technical objectives. 3. The potential of the proposed technologies to transition to current and future Army rotary wing aircraft. 4. 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 (or the ability to generate) of required technical and test data. 5. The reasonableness of the proposed cost to the Government. This includes the realism of the proposed man-hours, materials 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. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Offerors can contact AATD to ask for solicitation clarification. All questions must be emailed to the FARDS Contract Specialist (Hope McClain) at hope.a.mcclain@us.army.mil. Questions received less than 2 weeks prior to the proposal receipt date may not be addressed. 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. Proposals submitted after the due date of April 20, 2010, 3:00 p.m. local time (EST), will be handled in accordance with FAR 52.215-1 A copy of this provision may be obtained from http://farsite/hill.af.mil. This announcement is issued subject to the availability of funds. The Government's obligation is contingent upon the availability of appropriated funds for which payment for program purposes can be made. The Government is not liable for any payment under an Agreement / Contract resulting from this announcement until funds are made available for this program. ORIGINAL POINT OF CONTACT: Ms. Hope McClain, 757-878-2993, Email questions to hope.a.mcclain@us.army.mil
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/143e9f132387ec3a2580012126cb7b46)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02069703-W 20100221/100219235221-143e9f132387ec3a2580012126cb7b46 (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.