SOURCES SOUGHT
99 -- BAA - Development of Wire Testing and Inspection Systems
- Notice Date
- 3/21/2002
- Notice Type
- Sources Sought
- Contracting Office
- FEDERAL AVIATION ADMINISTRATION, AAR-433 W.J. Hughes Tech Center (ACT)
- ZIP Code
- 00000
- Solicitation Number
- 2358
- Response Due
- 5/31/2002
- Point of Contact
- Robert Pappas, 609-485-6181
- E-Mail Address
-
Email your questions to rob.pappas@tc.faa.gov
(rob.pappas@tc.faa.gov)
- Description
- Broad Agency Announcement (BAA) TCBAA-02-0001 Development of Wire Testing and Inspection Systems 1. Background The continued safe operation of aircraft well into their expected service life depends on the safe and effective transfer of power and electrical signals between aircraft electrical components. This in turn requires the verification of wire physical and functional integrity. In the event that wire is treated as indefinite life items, formal periodic inspections will be necessary to ensure its continued safe operation. Whether wire is eventually subject to a fixed service life, condition based monitoring, or other life management program, there will still be a need for periodic inspection to: 1) ensure the absence of accidental damage; 2) verify service life estimates; and, 3) confirm the adequacy of maintenance and repair activities on, around, and involving wire. 2. Purpose The purpose of this BAA is to support development of testing and inspection systems! , technology, and techniques that identify or characterize the material or structural flaws which may impair the safe and effective electrical transmission of power and signals. The proposed systems, technology, and techniques shall exhibit potential utility for either infrequent comprehensive examinations or frequent focused inspections in an airline maintenance environment. 3. Submission Deadlines Offers will be accepted and evaluated as long as FY 2002 funding for this effort remains uncommitted, but not after June 01, 2002. 4. Submission Requirements Offerors will submit two-page technical summaries prior to submitting a formal proposal. The two page technical summary shall meet the requirements described below. Mail the two page technical summaries to: Mr. Robert A. Pappas Code AAR-433 William J. Hughes Technical Center Atlantic City Int?l Airport, NJ 08405 In addition (not as a substitute for the paper copy), an electronic version of the summary proposal will be ! emailed to rob.pappas@tc.faa.gov. The electronic version shall be provided in Microsoft Word or Adobe Acrobat format. Thirty days after receipt of the two-page technical summaries, the FAA will respond to offerors in one of three ways: a. With a request for the submission a formal technical proposal; b. With a recommendation to submit a formal technical proposal if certain changes are made or conditions met; or, c. With a letter requesting no further input on the proposed system, technology, or technique. If the offeror then elects to submit a formal technical proposal, it shall contain a more detailed discussion of the item presented in the two-page technical summary and meet the specific project requirements as described in the ?Formal Proposal Requirements? section of this announcement. The formal technical proposal will be mailed to the FAA at the same address as the summary proposal. An electronic copy must also be provided. 5. Two-Page Technical Summary Requirements! There is no specific format for the two page technical summary. The summary may be preceded by a cover letter, but the cover letter will not be considered in the evaluation. Though there is no specific format, at a minimum the summary shall contain the following items: a. The specific purpose of the system, technology, or technique; b. A description of the system, technology, or technique; c. A description of the class of applications for which the device is useful; d. A description of how the device might be useful to the aviation community; e. Information regarding interest or endorsements of aviation concerns; f. The current state of development of the system, technology, or technique; g. The estimated time it would take to develop a commercial prototype; and, h. The estimated funds required for the proposed effort. 6. Formal Proposal Requirements a. Offerors shall specify the development of a device with performance and cost specifications matching the requirements o! f some application or class of applications of interest to some segment of the aviation community. The device may measure: 1. Physical properties of the wire insulation (elastic modulus, hardness, etc.); 2. Material and structural anomalies (cuts, abrasions, chemical properties, etc.); 3. Local electrical properties of the wire and/or insulation (dielectric constants, resistance, etc.); 4. Bulk electrical properties of the wire (resistance, impedance, capacitance, isolation, AC&DC voltage drop, polarization ratio, dissipation factor, etc.); or, 5. Other relevant wire and insulation properties (thermal excursions under load, electromagnetic fields, etc.). b. Offerors should identify a partner within the aviation community (i.e. an airframer or aircraft operator) who will serve as an advisor and advocate for the effort. Matching funds or services-in-kind from the partner are not required but will be considered positively during proposal evaluation. c. Offerors will selec! t Polyimide, and one or more wire types from the list below that are inspectable by the proposed device. These selections will be used to independently validate the performance of the device. 1. PVC/Glass/Nylon (MIL-W-5086, QUAD 4, etc.) 2. Cross Linked ETFE (MIL-W-22759, Tefzel, Spec 55, etc) 3. Poly-X (alkane-imide) 4. Composite construction involving Polyimide or Teflon (TKT, etc) d. Using empirical evidence and sound logic, offerors will present a persuasive argument that the properties, states, and/or conditions (aging and non-aging conditions) measured by the device correlate with failure modes, which can threaten the safety of the aircraft. e. Offerors shall propose to build a prototype device with the specifications identified above. f. Offerors shall propose to the FAA a validation plan, which includes double blind testing. g. Offerors shall prepare a technology transfer plan, describing how the proposed technology will be developed into commercial products pr! actical for use in the inspection and maintenance of older aircraft. h. Offerors shall include a detailed cost proposal. 7. Method of Evaluation Proposals will be evaluated in seven technical areas listed. In order of decreasing importance, the areas are: a. Technical merit; b. Utility to the aviation community; c. Investigator competency and experience; d. Management plan; e. Implementation risks; f. Availability of equipment and facilities; and, g. Technical risk. Cost and cost realism will be evaluated as acceptable or unacceptable only. Acceptable proposals will have costs commensurate with the work load proposed and will not be in excess of $500,000 in any fiscal year. 8. Period of Performance: Efforts lasting between one and three years will be considered. Multiyear efforts will be funded in yearly increments, providing measurable and adequate performance is shown prior to each new funding increment. <P>
- Web Link
-
FAA Contract Opportunities
(http://www.asu.faa.gov/faaco/index.htm)
- Record
- SN00046371-W 20020323/020321213144 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |