Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 02, 2012 FBO #3722
SOLICITATION NOTICE

A -- Multi-Role Rotor - Adaptive Performance

Notice Date
1/31/2012
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
ACC-RSA-AATD - (SPS), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-12-R-0012
 
Response Due
3/19/2012
 
Archive Date
5/18/2012
 
Point of Contact
Ryan Palmer, 757-878-0103
 
E-Mail Address
ACC-RSA-AATD - (SPS)
(ryan.palmer4.civ@mail.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. DESCRIPTION: Using the Broad Agency Announcement (BAA) process, the Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals to conduct a 6.3 Research & Development effort in support of the Reconfigurable Rotors program. The 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 other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments. INTRODUCTION: The Multi-Role Rotor - Adaptive Performance Broad Agency Announcement supports the Reconfigurable Rotors Demonstration Program by demonstrating integrated high performance rotor system technologies to support current and future Army Aviation platforms. The Reconfigurable Rotors Program is a 4 year 6.3 Advanced Technology Demonstration effort. The goal of the Reconfigurable Rotors program is to provide improved rotorcraft performance throughout the flight envelope resulting in significantly increased mission capability and survivability through optimization of integrated active and passive rotor features. The overall program objectives are to demonstrate significant improvements in rotor figure of merit and cruise efficiency (isolated rotor L/De), reductions in rotor vibration levels, and reductions in acoustic signature range. This program has been broken up into two phases. The first phase, called Active Rotor Component Demonstration, is an ongoing 12 month effort to identify and address the technology challenges and approaches associated with achievement of the Reconfigurable Rotors program objectives. The second phase of the Reconfigurable Rotors program is called Multi-Role Rotor - Adaptive Performance. The enabling technologies developed and matured under the Active Rotor Component Demonstration and the DARPA Mission Adaptive Rotor programs are potential, but not required, candidates for this second phase of the Reconfigurable Rotors program to demonstrate significant performance improvements at the integrated, full scale rotor system level. This BAA is for the Multi-Role Rotor - Adaptive Performance phase only and will demonstrate an integrated advanced rotor system to achieve overall program goals. SOLICITATION TOPICS: There is one topic under this announcement: TOPIC 01-2012: Multi-Role Rotor - Adaptive Performance Current Army rotor systems do not meet the performance requirements (including range, payload, and vibration) and survivability (such as acoustic signature) levels for future missions. Previous active rotor efforts that matured individual component technologies were hampered by constraints that arise from trying to incorporate new features into existing rotor designs. These constraints include high centrifugal force (CF) loading on hub components, limited hub motion freedom, and space available in the spar while still maintaining structural integrity and load path continuity. There is a limit to the performance improvements possible throughout the entire flight envelope when retro-fitting these systems with active components. Current passive rotor designs are often the result of compromises due to different optimum designs for, among others, hover efficiency versus cruise efficiency, low acoustic signature versus high performance, or the advancing versus the retreating side of the rotor disk. The goals of the Reconfigurable Rotors program are to demonstrate integrated rotor system technologies that, when compared to baseline fielded DoD rotor system, will contribute to: Reduction in rotor vibrations by at least 90%; Reduction in acoustic detection range by 50%; Increase in rotor figure of merit by 10%; and Increase in cruise efficiency (isolated rotor L/De) by 8%. The objective of the Reconfigurable Rotors Phase 2 program is to develop and demonstrate an optimized "clean sheet" active/passive advanced, appropriately scaled, rotor that accentuates active features and avoids the many short comings of retrofitting active technologies to current rotor systems. By varying the aeromechanic characteristics through use of active control features, the ideal rotor can perform optimally over a wide range of flight conditions. The performance compromises between competing mission segments (e.g. cruise vs hover) will be eliminated or minimized. The design of the passive structural and dynamic characteristics should maximize the aeromechanic effects of integrated, active features. The enabling technologies to be integrated, matured, and demonstrated under this topic should directly address the overall Reconfigurable Rotors program goals. Technologies of interest for this topic include both on-blade (including but not limited to leading and trailing edge actuation) and hub-based (such as an active pitch link) active components along with structural and modal tailoring of rotor structures. A suitable risk mitigation and demonstration plan (to include use, maturation, and validation of analytical tools and the facilities required) that defines a building-block, analysis and test approach that culminates in relevant-scale validation of the technology shall be provided. The selection of technologies for the integrated demonstration system should take into account their maturity, effectiveness, and synergy with the overall rotor system. Validation of technology will be done by demonstrating contribution towards project goals. A minimum acceptable method of validation shall be wind tunnel testing of relevant-scale, integrated rotor system. As an alternative, if the appropriate hardware currently exists (or can be modified within available program resources and schedule) and is available to the Government and offeror, the Government will consider a flight test of an active rotor system. Both methods shall include rigorous correlation of rotor analysis and performance prediction tools. Adequate time on the overall schedule should be provided for the fabrication and integration of technologies into a demonstration rotor system. The integrated rotor system shall be compatible with the operational environment, to include at a minimum, sand and rain erosion, icing, EMI, wide operating temperature range, and battle damage assessment and repair (BDAR), with minimal impact to the baseline vulnerability, susceptibility, reliability, and maintainability. The unique challenges in reliably transferring the required data and power across the rotating frame (rotating component to static airframe) as well as integrated flight controls shall also be considered. ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Anticipated Government funding is $7.8M (FY12: $3M, FY13 $3M, FY14 $1.8M). The Period of Performance for Topic 01 is not to exceed 36 months. Offerors should clearly depict their proposed schedule. The topic has the potential for multiple awards, which may address only part of the topic's objectives. However, the Government has a strong desire to demonstrate technology and goals on a full-scale rotor. Any government award is subject to the availability of funds. 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 Agreements (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 TIA's or OT(s) 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. Cost participation may be in the form of cash or in-kind contributions, where cash is considered of significantly higher 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 Other Transactions for Research) accessible at the following link: http://www.dtic.mil/whs/directives/corres/pdf/321006r34p.pdf. Contract type is a subject for negotiation, but the offeror's desire should be clearly stated in the cost proposal. DATA ITEMS / DELIVERABLES: All awards under this announcement will require a kickoff meeting following award. All awards under this Announcement will require delivery of the following data items: (1) Program Management Plan, (2) Test Plan (if applicable), (3) Bi-Monthly Performance and Cost Reports (4) Final Report, (5) Technology Maturation and Transition Plan, and (6) Executable software (if applicable). All awards will include a requirement to present the results of the work in a final briefing at Ft. Eustis, Virginia upon completion of all technical effort. SECURITY REQUIREMENTS: 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 Administration 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 (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. This Announcement is available only to U.S. firms. GOVERNMENT FURNISHED EQUIPMENT: It is the offeror's responsibility to identify, coordinate, and furnish supporting documentation for use of any Government furnished equipment. DATA RIGHTS: The Government desires, at a minimum, "Government Purpose Rights" as 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 Government's desire for at least "Government Purpose Rights." The Contractor should propose legends for each data item identified as other than unlimited rights. PREPARATION & SUBMISSION INSTRUCTIONS Proposals are required to be submitted in accordance with the guidelines set forth herein. Proposals: 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. Offerors may submit multiple proposals. PROPOSAL TECHNICAL VOLUME: The technical volume of the proposal shall provide detail that justifies the benefits of the proposed technology relative to the topic objectives. The technical volume shall also include a clear statement of the technical objectives, the specific approach (including analysis tools) to be pursued and supporting background experience. It shall contain a Statement of Work (SOW), milestones, a biographical section describing key personnel, a description of the facilities and/or data sources to be employed in the effort, and a draft program management plan. Offerors shall identify and substantiate the beginning and ending Technology Readiness Levels. Volume I (Technical) shall be written and shall consist of a maximum of fifty pages exclusive of title page, section dividers, table of contents, list of figures/tables, glossary of terms and cross-referencing indices. The evaluators will read only up to the maximum number of pages specified. Submission shall be limited to the number of pages specified, total inclusive of any drawings, charts, etc. Type shall be no smaller than a font size of ten (10) and shall be at least single spaced. Page size shall not exceed 8 " x 11". Fold-out illustrations required for reader ease are allowed, however, illustration shall be counted in 8 " x 11" increments (e.g., a 11" x 17" document will count as two pages). Except for the Technical Volume, the number of proposal pages is not limited. PROPOSAL COST VOLUME: Within the Cost Proposal, offerors shall indicate the proposed funding instrument (e.g., FAR-based contract and type (cost-share, cost-plus-fixed-fee, cost reimbursable, etc.) or TIA). The Cost Proposal should include a funding profile (a cost breakout by month), cost breakdown providing man-hours with justification and monthly costs by task, all pricing rates used, travel and equipment and materials listings, if applicable. Subcontractor proposals, including pricing rate details, should be provided concurrent with the prime contractor's submission. Any cost share will be calculated as follows: contractor cash plus in-kind contribution divided by project value. Any resulting agreement value will exclude recipient's "sunk" costs of prior research as cost match. Only additional resources that will be provided by the recipient to carry out the current project will be counted. SUBCONTRACTING PLAN: Not applicable if proposing award under a non-FAR instrument (i.e. Technology Investment Agreement) 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 $650,000, and there are subcontracting possibilities, offerors must submit a subcontracting plan. 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 subcontracting incentive and goals with the Historically Black Colleges and Universities and Minority Institutions. 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 and women-owned small business subcontracting plans. Offerors are cautioned that in solicitations where subcontracting opportunities exist, the Government will not execute a contract unless the Contracting Officer determines that the negotiated plan provides the maximum practicable opportunity for SBs, SDB, WOSB, HUBZone, and Veteran-owned Small Business concerns or HBCUs/MIs to participate in the performance of the contract. Offerors should note that DFARS 219.705-4 provides for a goal of 5% for SDB concerns and HBCUs/MIs. EVALUATION CRITERIA/BASIS FOR AWARD Proposal Evaluation Criteria 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. Each proposal will receive an adjectival rating supported by narrative. The ratings/narrative will be used to develop an order of merit listing for each topic. Proposed cost/cost to the Government will be evaluated as appropriate, for realism and reasonableness. The following evaluation criteria will apply: (1) Relevance of the Proposed Technologies. This will include how the benefits of the constituent active and passive technologies as well as the benefits of the integrated rotor align with program objectives and the technology readiness timeline. (2) The Merit of the Proposed Technical Approach. This includes understanding of the problem and current technical challenges to include at a minimum, the service environment and rotorcraft system constraints (space, weight, and power), how the proposed solution addresses those challenges, understanding of the current TRL level of the proposed technology, integration approach to include an understanding of integration constraints, the reasonableness of the proposed tasks (to include the test and evaluation approach, concept tradeoffs, and design optimization), a clear and reasonable risk mitigation and demonstration plan, and credible schedule to accomplish the scientific and technical objectives and metrics. (3) Ability to Transition Technology. This includes the extent to which the technology will be available for follow-on system development to include at a minimum data rights, partnerships and teaming, capability to accomplish the technology transition to include 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 of the proposed tasks. This includes the realism of the proposed man-hours, materials and other costs to accomplish the proposed individual tasks and the overall 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 also includes the cost to Government of any required GFE/GFI or facilities. Criteria (1), (2) are equal and more important than (3) which is more important than (4). Upon notification by the Government, offerors may request a debriefing. The debriefing process will follow the time guidelines set out in 10 USC 2305(b)(5), but the debriefing content will vary to be consistent with the procedures set out in FAR 35.016 governing BAAs. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. No pre-proposal conference is to be held. Proposal will be considered valid for 210 days from the date that this announcement closes unless specifically stated otherwise. Technical and Cost Proposals must be submitted in original, plus four (4) copies and one (1) electronic copy (CD ROM disk format). Facsimile 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. All proposals should be marked with the solicitation number and appropriate topic number and title and addressed to the Aviation Applied Technology Directorate, ATTN: CCAM-RDT, Ryan Palmer, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Offerors desiring an explanation or interpretation of this announcement must submit requests in writing at the above address, or email: ryan.palmer4.civ@mail.mil. Oral explanations or instructions given before the award of any agreement / contract 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. Proposals received after the due date March 19, 2012, 3:00 p.m. local 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://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.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2f3bd81d03d4d897f58f8fa88ccd88e4)
 
Place of Performance
Address: ACC-RSA-AATD - (SPS) ATTN: CCAM-RDT, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02664895-W 20120202/120131235209-2f3bd81d03d4d897f58f8fa88ccd88e4 (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.