Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF SEPTEMBER 15, 2018 FBO #6140
MODIFICATION

A -- Innovative Rotor System Applied Technologies - Amendment 1

Notice Date
9/13/2018
 
Notice Type
Modification/Amendment
 
NAICS
541715 — Research and Development in the Physical, Engineering, and Life Sciences (except Nanotechnology and Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-18-R-0018
 
Archive Date
11/7/2018
 
Point of Contact
Kenny Hood, Phone: (757) 878-0103, Laurie Pierce, Phone: (757) 878-2071
 
E-Mail Address
kenneth.m.hood.civ@mail.mil, laurie.a.pierce2.civ@mail.mil
(kenneth.m.hood.civ@mail.mil, laurie.a.pierce2.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
1. Section 3.1 of the Call is updated with the following: (Other Transactions are not an available instrument for award under this Call.) 1.0 Introduction Call number W911W6-18-R-0018, Innovative Rotor System Applied Technologies, solicits 6.2 Applied Research proposals to develop electromechanical actuators (EMAs) and propeller/rotor technologies to support the next Gen UAS and future rotorcraft applications. Additional instruction and information can be found under the Master Broad Agency Announcement (BAA) W911W6-18-R-0005 which is posted to Federal Business Opportunities (FedBizOpps) at https://www.fbo.gov. 2.0 Scope of Research Effort The objective of Innovative Rotor System Applied Technologies is to develop electromechanical actuators (EMAs) and propeller/rotor technologies to support the next Gen UAS and future rotorcraft applications. 6.2 Applied Research will develop technologies that improve rotor system performance and durability will be matured to TRL 4 through component bench testing and/or scaled wind tunnel testing. Two topics for award consideration are being solicited: TOPIC 01-2019: Individual Blade Control (IBC) Actuation Concepts and Configuration Next generation Army rotorcraft are envisioned to be high speed, highly efficient configurations. These configurations may have rotor systems that differ significantly from currently fielded systems. Some of these new configurations may require more advanced control and vibration reduction technologies, such as IBC, than are currently employed. Current electromechanical actuators (EMAs) are unable to produce the required forces and motions at frequencies required for primary flight control (PFC) and higher harmonic control (HHC) at the size required to enable the low vibration, low noise, and high performance IBC rotor systems for future rotorcraft configurations. Current IBC solutions are heavy, bulky, and require a lot of power which leads to thermal management issues. Furthermore, the reliability required for mission critical or flight critical applications has not yet been demonstrated. The U.S. Army Aviation Development Directorate (ADD) desires to identify and mature applied technologies (6.2) that enable EMAs to reduce their power consumption, heat generated, and space/weight required while meeting the reliability, load, displacement, and frequency requirements of current rotorcraft for primary flight control and HHC. Technologies of interest related to IBC actuator configuration, components, or materials include, but are not limited to, IBC system weight reduction (objective goal of 15% reduction), efficiency and power handling/thermal management, redundancy methodologies, actuator footprint reduction technologies (objective goal of 20% reduction), improved maintainability, and increased system reliability (objective goal of 5000 MTBF). Offerors should define baseline for current actuation technologies and configurations. Define requirements for actuation concepts and configurations to meet the goals of primary flight control (PFC) and/or higher harmonic control (HHC). Conduct an actuation concepts and configurations down-select from a set of concepts and configurations. Conduct an analytical study of the performance and benefits gained by the chosen concept or configuration. Develop data acquisition and control software required to test the selected concept or configuration in a relevant environment. Test the chosen configuration on a bench or rotating environment at a relevant scale. Develop a transition plan for maturing the technology from TRL 4 to TRL 6. TOPIC 02-2019: Highly Efficient and Durable UAS Propellers and Rotors The Army has interest in developing next generation Unmanned Aerial Systems (UAS) in the class 3-4 size range (approximately 200-7500 lbs). In order to support this, the Army has the need to further mature state-of-the art technologies used in highly efficient and durable UAS rotor system and/or propeller designs. Next generation UAS will likely require propeller and/or rotor designs and technologies that can operate in a variety of configurations and environments. The Aviation Development Directorate (ADD) desires to identify and mature emerging applied (6.2) technologies that could improve propeller and/or rotor efficiency, performance, and durability and ultimately result in increased and robust performance at the vehicle level. The Army would also desire to test these identified technologies at a relevant scale in a representative environment such as a wind tunnel and/or environmental (e.g. sand and rain erosion) test rigs. The technologies of interest include, but are not limited to, concurrent increased hover efficiency (objective goal of 10% increase in Figure of Merit) and cruise efficiency (objective goal of 10% increase in L/De) that lead to increased vehicle performance (speed, range, payload), ability to operate for at least 1000 hours in harsh environments such as sand, rain, and extreme temperature, weight reduction, efficient and durable rotor/propeller performance in variable RPM operation (as low as 55-70% rotor speed and up to 105% or greater), and the ability to operate as a primary lift generator in hover and thrust generator in forward flight. Also of importance is a determination of the applicability of the proposed UAS rotor and propeller technologies to various UAS configurations (whether they be VTOL or runway independent) as well as to full-scale manned DoD rotorcraft. This effort should end at TRL 4 and include transition planning to move from TRL 4 to TRL 6. Offerors should define the current state of the art for efficiency and durability in the class 3-4 UAV size range. Define requirements for efficiency, durability, weight, etc. Conduct a propeller design down-select from a set of concepts. Conduct an analytical study of the chosen concept. Design and fabricate electronics and hardware required for a test in a relevant environment. Develop data acquisition and control software to operate during a test. Test the chosen configuration in a relevant environment such as a wind tunnel. Use test results to predict the performance increase over the current state of the art. 3.0 Call Specific Instructions This Call will use the Proposal Submission Process as described in 5.2 of the Master Broad Agency Announcement, as further supplemented below. 3.1 Proposal Instructions Offerors may submit multiple proposals. Each proposal shall describe an effort to address the topic objective and develop the desired capabilities defined within this topic call. Do not combine multiple topics into one proposal. Specific instructions pertaining to the content and structure of provided proposals are provided in Master BAA W911W6-18-R-0018, paragraphs 5.2.2 and 5.2.3. In addition to the content required, the offeror shall provide the following: Volume 1 - Technical Proposal: The Offeror shall detail and substantiate the proposed solution including its benefits thereof relative to the Innovative Rotor System Applied Technologies topic requirement, the technical objectives of interest, and the plan to execute the proposed solution. Technical proposals are limited to 25 pages total for this Call. Pages in excess of the page limitation will not be read or evaluated. The following are not subject to the page limitation: a. The official transmittal letter b. Cover page c. Table of contents and/or acronym table, if applicable d. Resumes of key personnel (include as a separate file) Volume 2 - Price/Cost Proposal: A variety of funding instruments, described in section 3.3 of the Master BAA, are available for award. The proposal must clearly state the desired funding instrument. (Other Transactions are not an available instrument for award under this Call.) Offeror's proposing use of a Technology Investment Agreement (TIA) shall include the draft TIA provided by the Government with the highlighted areas completed and any proposed changes clearly marked to facilitate Government evaluation. If a TIA is proposed, the total cost of the proposed effort (which includes cost share) must be provided in the same detail/format as those costs which are to be funded by the Government. 3.2 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. The period of performance for the Innovative Rotor System Applied Technologies research efforts are anticipated to be 30 months total (including 3 months for data/final report). 3.3 Funding Funding is not presently available for this effort. Any award is contingent upon the availability of appropriated funds for which payment for award purposes can be made. No legal liability on the part of the Government for any payment may arise until funds are made available, to be confirmed in writing by the Contracting Officer. The Government anticipates two (2) awards starting in 2nd quarter of the Government FY19. However, the Government reserves the right to make one or no awards, based upon the technical merit and affordability of proposals received. Anticipated Government funding is approximately $2.5M total, with Government fiscal year distribution as follows: FY19 tiny_mce_marker.5M, FY20 $1.0M and FY21 $1.0M. Proposals that are significantly out of alignment with anticipated funding profile may risk not being selected. Any award made under this announcement may be incrementally funded. 3.4 Data Rights The Government requires "Unlimited Rights" for efforts without cost share and requires at a minimum "Government Purpose Rights" for efforts with cost share 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. 3.5 Required Reporting and Deliverables All awards under this announcement will require a kickoff meeting to be held at the Offeror's facility following award. The award will require delivery of the following items delivered in Recipient/Contractor format: (1) Program Management Plan (delivered 45 days after award), (2) Bi-Monthly Cost Reports, (3) Bi-Monthly Technical Performance and Progress Reports, (4) Test Plans, and (5) Final Report. The final report shall thoroughly documents the technical accomplishments including technology trades and maturation, testing procedures and results of the Innovative Rotor System Applied Technologies effort. Meetings: (1) Kick-Off Meeting at the Contractor's facility (within 60 days after award) and (2) Final Briefing at Fort Eustis, VA upon completion of all technical effort. 3.6 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 Facilities, Property, and Data proposed. 3.7 Security No special security requirements or restrictions are anticipated. Access to classified material is not anticipated, and technologies to be developed are unclassified. 4.0 Additional Proposal Instructions Classified responses will not be accepted. Unclassified technical and cost proposals should be submitted electronically via the AMRDEC Safe Access and File Exchange website (https://safe.amrdec.army.mil/SAFE/). Responses should be provided in Microsoft Word or as a portable document format (*.pdf) file. The cost proposal shall be provided in Excel format for cost verification purposes also. Use the following email addresses as prompted by the site: kenneth.m.hood.civ@mail.mil and laurie.a.pierce2.civ@mail.mil. Questions may be submitted in writing via email to Kenny Hood, kenneth.m.hood.civ@mail.mil. All questions must be submitted within 4 days prior to the Call closing to ensure a response. All questions and responses received will be posted to FedBizOpps as an amendment to the Call. Proposals received after the date and time specified for closing will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. Proposals shall be received not later than October 23, 2018; 2:00PM EST Proposals shall be valid for a period of 7 months from the closing date of this Call. 5.0 Attachments 5.1 Technology Investment Agreement (TIA) Template - Innovative Rotor System
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/7bb605df341f6fb33950ae86d1d05d38)
 
Record
SN05088504-W 20180915/180913231547-7bb605df341f6fb33950ae86d1d05d38 (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.