Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 20, 2017 FBO #5537
SPECIAL NOTICE

A -- Analytical Tools for Aeromechanical Load Assessment (ATALA) - Draft Technology Investment Agreement

Notice Date
1/18/2017
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-17-R-0005
 
Archive Date
3/20/2017
 
Point of Contact
Renata Y. Ellington, Phone: 757-878-0086, Laurie Pierce, Phone: 7578782071
 
E-Mail Address
renata.y.ellington.civ@mail.mil, laurie.a.pierce2.civ@mail.mil
(renata.y.ellington.civ@mail.mil, laurie.a.pierce2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Draft TIA to be submitted with proposals if applicable 1.0 Purpose Call number W911W6-17-R-0005, Analytical Tools for Aeromechanical Load Assessment, solicits proposals for research and development to develop analytical capability with sufficient fidelity, validity, and efficiency to be more confidently relied on for airworthiness qualification. Call W911W6-17-R-0005 is issued in accordance with the Master Broad Agency Announcement (BAA) W911W6-17-R-0003 effective from January 11, 2017 - January 11, 2018 posted at www.fbo.gov. Information included herein applies to call number W911W6-17-R-0005 only. Other required instruction and information for proposal submission can be found in the Master Broad Agency Announcement for Applied Aviation Technologies issued by US Army Contracting Command - Redstone on behalf of Aviation Development Directorate - Aviation Applied Technology Directorate (ADD-AATD), W911W6-17-R-0003. 2.0 Technical Requirement Current knowledge of the complex interaction between rotorcraft aeromechanical and aerodynamic forces with the internal structural loads of the platform is inadequate for analytical qualification. As a result, much time and money is invested in airworthiness qualification testing, both on the ground and in the air. Analytical capability with sufficient fidelity, validity, and efficiency to allow results to be confidently relied on for implementation of new and modified structures must be developed. The Government desires improved stress and load prediction capability. The objective of ATALA is to develop (or enhance) analytical tools and methodologies capable of predicting internal rotorcraft structural loads and stresses such that the fidelity, validity, and efficiency can enable expedient structural airworthiness qualification and minimize testing required. Loads of interest include but are not limited to: aerodynamic loads from rotors and control surfaces, vibratory loads, thermal cycling loads, and dynamic internal structural loads. Specific areas of interest within this Applied Research effort include improving the capability to: analytically predict internal loads and stresses to support design and optimization studies; accurately predict fatigue in primary structure to ensure continued structural integrity; and accurately predict structural dynamic instabilities to avoid them through design revision. A desirable technical approach will likely include effort to increase fuselage structural dynamic model fidelity to adequately capture local structural details that are important for the accurate prediction of high frequency internal loads and the resulting stress concentrations, and accurately determine natural frequencies up to at least two times the number of blades per revolution. Offerors should consider coupling comprehensive rotor analysis (e.g. Rotorcraft Comprehensive Analysis System) with the dynamic and static airframe structural analysis (e.g. NASTRAN). Additionally, it is expected that a building block approach will be used to verify the improved internal load methodology. Leveraging of existing data is encouraged in verification exercises. Proposed improvements to analytical tools and methodologies must be applicable to advanced rotorcraft structures (e.g. composite materials, complex geometries, redundant load paths). It is desired that the Government technical lead be closely embedded in the development effort and be knowledgeable in the use of the end product. Offerors must clearly substantiate that the proposed solution can advance the state of the art (e.g. FEMAP, ABAQUS, NASTRAN, LS-Dyna). Proposals should include a plan for a future validation effort and path towards transition of ATALA beyond this Applied Research effort. 3.0 Call Specific Instructions This call will use the Proposal Submission Process as described in the Broad Agency Announcement, as further supplemented below: 3.1 Due Date for Proposals Proposals shall be received no later than 1400 Eastern Daylight Time on 5 March 2017. 3.2 Proposal Instructions Specific instructions pertaining to the content and structure of provided proposals are provided in BAA W911W6-17-R-0003. Offerors are advised that the quality of the information in the proposal 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 should carefully consider the defined evaluation criteria when drafting a proposal. In addition to the content provided in the BAA, W911W6-17-R-0003, Offerors shall provide the following: Technical Volume: The offeror shall provide justification of the selection of the technologies and solution proposed, benefits of the proposed solution relative to the ATALA objective, and a plan to develop the technology. Technical proposal shall be limited to 25 pages. In addition to page count exclusions listed in the Master BAA, section dividers, list of figures/tables, glossary of terms, and cross-referencing indices will also not count as part of the 25 page limit. Pages in excess of the page limitation will not be read or evaluated. Cost Volume: This topic call allows for multiple electronic files for the cost volume; each should not exceed 10 MB. As part of this volume, Offeror's proposing use of a Technology Investment Agreement (TIA), shall include the draft TIA provided by the Government with proposed changes clearly marked to facilitate Government evaluation. If a foreign entity is participating as part of a prime's team, the cost volume shall clearly identify such participant and the Offeror's planned compliance with U.S. export controls, including any required export licensing. 3.3 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. The period of performance for research efforts are anticipated not to exceed 36 months. Government final report review and revision period is to be included in period of performance. 3.4 Funding Any award made from this call will be subject to availability of funds. The Government anticipates a single award in the end of the 3rd quarter of the Government FY17. Anticipated Government funding is approximately $2.25M total (6.2 funds). Government fiscal year distribution is as follows: FY17 $410K, FY18 $750K, FY19 $750K and FY20 $340K. 3.5 Type of Contract / Instrument A variety of funding instruments are available for award, though a TIA is desired since it offers more flexibility than traditional Government funding instruments. 10 U.S.C. 2371 requires recipients to cost share at least 50% of the estimated cost of OTs. It is DoD policy to obtain, to the maximum extent practical, cost sharing of half the cost of the project entered into as a cooperative agreement under the authority of 10 U.S.C. 2358. The purpose of the cost share is 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 32 CFR CH I, Section 37.530. No fee or profit is allowed with this type of instrument. The Government will consider award of a cost sharing FAR based contract if less than 50% cost share is proposed. 3.6 Required Government Facilities, Property, and Data It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation in the proposal for use of any Government furnished facilities, equipment, or property. Government furnished data will not be provided. Offerors must have access to or be capable of generating the data required to develop and validate the algorithms or systems proposed. 3.7 Data Rights The Government desires, "Unlimited Rights", but requires at a minimum, "Government Purpose Rights" as defined by DFARS Part 227, to all technical data, deliverables, and computer software developed under this program, and no limitations on the use of delivered and/or residual hardware, exempting background data assertions. It is the Offeror's responsibility to clearly define the proposed data rights for technical data, computer software and each deliverable. Ambiguities will be negatively evaluated against the Offeror. 4.0 Required Reporting and Deliverables An award under this announcement will require a kickoff meeting following award and final briefing at Ft. Eustis, VA upon completion of all technical effort. The award will require delivery of the following data items / deliverables: (1) Management Plan; (2) Bi-Monthly Technical and Cost Reports; (3) Briefing Charts and Special Technical Documents as appropriate; (4) Test Plan (If Applicable); and (5) Final Report. Each of these deliverables shall be delivered in the Offeror's format. Allow 30 days for Government review of Plan and Report documents. 5.0 Evaluation Criteria and Order of Importance Applicable criteria are as stated in the Master BAA. Criteria I and II are equal and more important than the equally weighted III and IV. 6.0 Proposal Submission Instructions Proposals shall be unclassified. Classified responses will not be accepted. Unclassified responses should be submitted electronically via the AMRDEC Safe Access and File Exchange website (https://safe.amrdec.army.mil/SAFE/). Use the following email addresses as prompted by the site: renata.y.ellington.civ@mail.mil Questions may be submitted in writing via email to Renata Ellington, renata.y.ellington.civ@mail.mil. All questions must be submitted within 14 days prior to the call closing date to ensure a response. All questions and responses received will be posted to FedBizOpps as an amendment to the call.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/2bae5769b4573d27f8d0ddbd79e99220)
 
Record
SN04374413-W 20170120/170118234652-2bae5769b4573d27f8d0ddbd79e99220 (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.