Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF DECEMBER 14, 2016 FBO #5500
SOLICITATION NOTICE

A -- SBIR Phase III Topic N103-195 entitled, "Rotor-Airwake Aerodynamic Coupling in Real-Time Simulation."

Notice Date
12/12/2016
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-16-G-0041-0001
 
Archive Date
1/11/2017
 
Point of Contact
Elaine M Lovering, Phone: 732-323-5221
 
E-Mail Address
elaine.lovering@navy.mil
(elaine.lovering@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-16-G-0041-0001
 
Award Date
12/12/2016
 
Description
SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Contracting Activity. Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of Action Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III Basic Ordering Agreement order to Combustion Research and Flow Technology, Inc. (CRAFT), Pipersville, PA. CRAFT was awarded SBIR Phase I contract number N68335-11-C-0087 on 19 November 2010, resulting from Solicitation 10.3, Topic N103-195. Topic N103-195 was entitled "Rotor-Airwake Aerodynamic Coupling in Real-Time Simulation." CRAFT was subsequently awarded SBIR Phase II contract number N68335-12-C-0339 on 23 July 2012. Topic N103-195 sought the development of an innovative method to incorporate the effects of fully coupled interactions between ship airwake and rotor downwash in real-time dynamic interface simulation. During Phase I and II, CRAFT developed an innovative model that modifies the ship-alone airwake with rotor recirculation effects as an aircraft model flies through an airwake database in a real-time simulation. The model accounts for changes due to rotor proximity to both horizontal and vertical surfaces. This Phase III effort will build upon CRAFT's capabilities, developed during Phase I and II, by developing and implementing techniques to include atmospheric turbulence in unmanned air vehicle launch and recovery simulations. Atmospheric turbulence can be an important factor for high wind conditions which occur at the edges of aircraft flight envelopes. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I and Phase II efforts described in paragraph 2, and is for the further development of CRAFT's model to include additional environmental factors, including atmospheric winds and turbulence; ship speed; ship motion; variations in rotorcraft configuration such as type, model, series; and variations in approach scenarios such as approach angle, hover height, and peddle turns. The deliverables of this project are two airwake models. One airwake model will be a temporally and spatially varying airwake model. The second airwake model will be created using a standard, non-time varying atmospheric boundary layer profile. Other deliverables include a methodology and data analysis report which will include an analysis of the average, unsteady, and spectral characteristics of the airwake velocities, in the vicinity of the ship flight deck and aircraft approach path. The contractor shall quantify the differences in the average, unsteady, and spectral characteristics of the airwake velocities, between the temporally and spatially varying airwake model, and the standard, non-time varying airwake model. Other deliverables include quarterly progress reports and a final report, detailing all work accomplished under the delivery order. This effort will be N68335-16-G-0041, Delivery Order 0001. 4. Statutory Authority Permitting Other Than Full and Open Competition. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r )(1) states: " In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period." Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." 5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II, use of the authority cited is required. 6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/ Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIR Program. As described above, only CRAFT is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. 8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II. 9. Any Other Supporting Facts. Not applicable. 10. Listing of Interested Sources. Not applicable. 11. Actions Taken to Remove Barriers to Future Competition. The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. It is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. 12. Period of Performance. Base: 12 Months Option(s): None 13. Total Estimated Dollar Value of the Acquisition Covered by this Justification, with Funding Specified by Year and Appropriation. 14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only CRAFT is being considered for Phase III award due to the nature of the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-16-G-0041-0001/listing.html)
 
Place of Performance
Address: Pipersville, Pennsylvania, United States
 
Record
SN04349114-W 20161214/161212234240-24c1bc5d80ff7c976dd41f0615f06fff (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.