Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 20,1997 PSA#1871

Aviation Applied Technology Directorate, U.S. Army Aviation and Troop Command, Attn: AMSAT-R-TC, Building 401, Lee Blvd, Room 117, Fort Eustis, VA 23604-5577

A -- R&D BROAD AGENCY ANNOUNCEMENT SOL DAAJ02-97-2-0002 DUE 101597 POC Lauren L. Sebring (757) 878-4828 E-MAIL: AATD, lsebring@eustis-aatds1.army.mil. The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.2 Research & Development (R&D) as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein. This Broad Agency Announcement (BAA) constitutes the total solicitation. There will be no formal Request For Proposals or other solicitation requests. DESCRIPTION: The DOD/NASA Integrated High Performance Turbine Engine Technology (IHPTET) initiative is focused on developing the technologies to double propulsion system capabilities over the 1987 technology base by the year 2003. Of particular interest to the Army are achievement of the turboshaft/turboprop (TS/TP) engine goals. High stiffness/high strength turbine engine shaft technology offers potential benefits in the areas of engine power to weight ratio and specific fuel consumption. Many advanced engine designs currently require an additional bearing to maintain subcritical (below the first bending mode) operation of the shaft. High stiffness/high strength shaft technology would allow the elimination of this bearing in future engine designs resulting in weight savings. High stiffness/high strength shafts could also result in engine designs which allow reduced component operating clearances resulting in improved specific fuel consumption. Future engine designs will require a power turbine shaft capable of transmitting much higher horsepower through the same diameter shafts as current designs. The high rotational speeds and small diameters of advanced TS/TP engine shaft designs impose unique design constraints with respect to achieving adequate stiffness and strength and maintaining proper balance. The proposed concept must account for operating conditions (such as temperature, stresses, and geometry), provide a method for balancing, and be consistent with an IHPTET Phase III TS/TP engine level of technology. High stiffness/high strength shaft technology will be applicable to both gas generator shafts and power turbine shafts. However, each application will present its own design challenges and benefits. The offeror's proposal should include preliminary design of both a gas generator and a power turbine shaft. A downselect will be made by agreement of all parties in the Integrated Product Team (IPT) to determine which shaft design will go into detailed design, fabrication, and testing. Proposals submitted under this topic may allow for optional gas generator or engine testing of the proposed application. ANTICIPATED LEVEL OF EFFORT: The level of effort is difficult to estimate due to wide range of technical possibilities, however, the Government ANTICIPATED AMOUNT OF ALL RESULTING AWARD (S) is estimated to be approximately $725K for the Government share of this cooperative agreement. ANTICIPATED PERFORMANCE PERIOD: 42 months for completion of technical effort and an additional 3 months for data submittal. However, since the Government reserves the right to award only part of a given proposal, a shorter period of performance may be appropriate. APPLICABLE SECURITY DETERMINATION: A determination has been made that performance may require access to and/or generate technical data 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 firm(s) will be required to provide an "Export-Controlled DoD Technical 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 Ctr, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. This announcement is open only to U. S. firms and foreign or foreign owned firms which have a special security agreement with the Defense Security Agency for participation as a prime recipient of IHPTET technology research and development. REQUIRED DATA: Quarterly cost and technical performance report, draft and reproducible final report, and test plan(s) (if applicable). EVALUATION CRITERIA: The selection of one or more sources for agreement 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 under this topic. Proposed cost will be evaluated, as appropriate, for realism and reasonableness. The evaluation criteria are (1) The extent to which the proposed work satisfies an Army research need by use of innovative, creative, efficient and affordable approaches to the technical problem. (2) The merit of the offeror's proposed approach to accomplish the scientific and technical objectives. (3) The experience and qualifications of scientists, engineers, technicians and other proposed personnel. (4) Thesuitability and availability of proposed facilities. (5) Cost to the Government. Any optional work for gas generator/engine testing will be reviewed but will not be evaluated in that this optional work will not affect the narrative rating or priority on the order of merit listing. GENERAL INFORMATION: Proposals submitted must consist of a clear statement of objectives, a technical section which should include, but not be limited to, background experience, concepts and ideas, methodology, expected contribution of the research to the Army mission, a Statement of Work (SOW) and milestones, a technical plan, a biographical section describing key personnel, a funding profile, a cost proposal, and a program management section. The cost proposal must include cost breakdown providing man-hours by task, all pricing rates used, and equipment and materials listings, if applicable. Use of separate volumes for technical and cost data is acceptable but not required. Subrecipient proposals, if applicable, including pricingrate details, should be provided concurrent with the prime's submission. This BAA topic will remain open until 4:15 p.m., eastern time, October 15, 1997. Proposals submitted after the cut-off date will be handled in accordance with FAR 52.215-10. Awards under this announcement are anticipated to be made prior to 1 February 1998. However, unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 30 September 1998. NOTE: Funds are not presently available. No awards will be made until appropriated funds are made available from which payments for agreement purposes can be made. The Government reserves the right to select for award any, all, part or none of the proposals received. Further, the Government reserves the right to select for award only a portion of an offeror's proposal (i.e., certain tasks vs total program). Multiple proposals from the same offeror that address different solutions or that address only part of the problem under the topic will be accepted and evaluated independently. Agreements with a desired cost participation by the Recipient of up to 50% are anticipated. Cost participation may be in the form of cash or in-kind contributions. Cost sharing and matching requirement of Attachment E of OMB Circular A-110 (7/30/76) apply except that Recipients may use their independent research and development (IR&D) funds as cost sharing or matching. Any IR&D contributions must meet all criteria other than paragraph 3b(5) in Attachment E of OMB Circular A-110. Use of IR&D as cost sharing is permitted, whether or not the Government decides at a later date to reimburse any of the IR&D as allowable indirect costs under the commercial cost principles in 48 CFR 31. Real property or nonexpendable personal property purchased with recipient's funds may be included as recipient's cost sharing or matching, if recipient notifies grants officer in advance that such property is being included. To be included, the property must meet the general requirement for recipient's contributions -- they may count as cost sharing or matching to the extent that they are used for authorized purposes of the agreement, consistent with applicable cost principles. 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. In the case of intellectual property (IP), value of the statutorily protected IP will be based on reasonable use (e.g. license, royalties) charges. These reasonable use costs will be included as cost contribution to the project. The announcement is an expression of interest only and does not commit the Government to pay any response preparation cost. No pre-proposal conference is to be held. Proposals must be submitted in original and four (4) copies. Proposals, excluding the cost section, shall not exceed 50 pages. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Technology Directorate, ATCOM, ATTN: AMSAT-R-TC (L Sebring), Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Offerors desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafax (757) 878-0008). Oral explanations or instructions given before the award of any agreement 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. A copy of any cited reference/clause is available from the issuing office (L. Sebring, (757) 878-4828). (0169)

Loren Data Corp. http://www.ld.com (SYN# 0009 19970620\A-0009.SOL)


A - Research and Development Index Page