SOLICITATION NOTICE
A -- 500 Horsepower Class UAV Compressor and Turbine Technology Programs
- Notice Date
- 3/29/2002
- Notice Type
- Solicitation Notice
- Contracting Office
- Aviation Applied Technology Directorate, Ft. Eustis DAAH10, ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- DAAH10-02-2-0003
- Response Due
- 5/17/2002
- Archive Date
- 6/16/2002
- Point of Contact
- Katherine Kearney, 7578785703
- E-Mail Address
-
Email your questions to Aviation Applied Technology Directorate, Ft. Eustis DAAH10
(kkearney@aatd.eustis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- NA The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.2 Research & Development as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein. This Re search Announcement (RA) constitutes the total solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding these requirements. INTRODUCTION: An advanced engine is needed in the 500 shaft horsepower class to support future UAV/Objective Force Systems (i.e., A160, Future Combat System). The Army anticipates developing a 500 shaft horsepower class engine under the DoD/NASA/DOE Versatile Affordable Advanced Turbine Engine (VAATE) initiative. The 500 horsepower class demonstrator engine program, entitled 'Small Heavy Fuel Engine,' is anticipated for award in the FY04 timeframe. It is anticipated that this will involve of a new centerline engine with a 20% reduction in Specific Fuel Consumption (SFC), a 50 % improvement in Shaft Horsepower to Weight (shp/wt), and a 35% reduction in production. Key component areas that require early 6.2 development in support of this demonstrator are the compressor and turbine. Thus, the intent of this BAA is to develop critical compressor and turbine technologies required for the Small Heavy Fuel Engine. The offeror must substantiate how the proposed technology efforts are critical to their planned Small Heavy Fuel Engine configuration. TECHNICAL DESCRIPTION: Technical Description: The purpose of the Advanced Compressor and Turbine Programs are to develop and demonstrate compressor and turbine technologies considered critical to the aforementioned Small Heavy Fuel Engine Program. More specifically the technology must support an engine configuration that can achieve approximately: *0.45 specific fuel consumption (based on an assumed 500 SHP engine) *4.0 Horsepower to Weight ratio (without gearbox) *$120k per engine production cost (including basic HMU or FADEC control system) The Army does not have a definite application and production rate planned for this class of engine. However, for the purposes of this solicitation, a referee assumed production rate of 1,000 engines over a 7 year period for Army UAV application should be used. Similarly, a referee design life of 5,000 hours should be utilized. The engine should be designed for minimal Operation & Support (O&S) cost. The offeror should provide discussion of the O&S benefits of their selected engine configuration and sub sequent compressor or turbine technologies. The relative weighting of each of the above engine level goals is an equal weighting between specific fuel consumption and production cost with these being weighted slightly higher than horsepower to weight. A separate proposal shall be prepared for each component area, compressor or turbine. The offeror shall define the anticipated compressor or turbine configuration and performance characteristics consistent with their Small Heavy Fuel Engine design. The offeror shall then substantiate how the selected technologies to be validated in their proposed efforts will roll-up to the performance characteristics of their engine configuration. The offeror shall design, fabricate and perform validation testing of those compressor or turbine technologies considere d critical to the offeror?s envisioned Small Heavy Fuel Engine goal achievement. Validation testing shall be conducted in an environment that simulates engine operational conditions and shall be performed to validate aerodynamic, thermal, and/or mechanica l performance. Upon completion of technical effort, a final briefing shall be conducted at Fort Eustis, VA. ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Anticipated period of performance is 43 months total with 40 months for the technical effort an d an additional 3 months for completion of the final report. Government Estimate: C ompressor Total Program = $2.4 million Government Share = $1.218 million Funding Profile: FY02- 15 %, FY03- 30 %, FY04- 30 %, FY05- 25 %. Turbine Total Program = $1.85 million. Government Share = $ 0.936 million Funding Profile: FY02- 5 %, FY03- 25 %, FY 04- 25 %, FY05- 35 %, FY06- 10 %. Proposals must follow the guidelines described in this solicitation. TYPE OF CONTRACT: The Government contemplates award of a Technology Investment Agreement with 50 ? 50 cost share. DELIVERABLES: (1) Letter Progress Report: Submit in recipient?s format a quarterly letter progress report. The first report shall be submitted 90 days after Agreement initiation and quarterly thereafter. The report shall contain technical progress during reporting period and identify an y problems, technical issues or concerns that may have developed during the reporting period. The report shall also contain cost incurred under the Agreement during the reporting period. This cost shall identify both recipient?s cost and Government cost. (2) Test Plan: The Recipient shall submit a test plan. The test plan shall be submitted 30 calendar days prior to the initiation of the validation testing. This plan explains the philosophy, test logic, test sequence, test schedules and test procedures to be utilized to obtain a successful demonstration of the technology. The test plan shall include but not be limited to a discussion of test philosophy and the method of test, schedules of performance, procedures for checkout, acceptance limits for perf ormance capabilities, requirements and characteristics, and a description of the test equipment and instrumentation (type and location) to be used. (3) Final Report: Submit three copies of draft final report, in recipient?s format, within 45 days of com pletion of technical effort under this Agreement. Approval or recommended changes in one annotated copy will be returned within 30 days to the Recipient. Recipient shall submit regular and reproducible Final Report within 30 days of receipt of annotated draft. The report shall contain a detailed description of all technical effort performed under this Agreement and results to include conclusions drawn and recommendations. (4) Final Briefing @ Ft. Eustis, VA. EVALUATION CRITERIA/BASIS FOR AWARD: The se lection of one or more sources for 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 eval uated 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 announcement. Pro posed cost will be evaluated as appropriate, for realism and reasonableness. The evaluation criteria are: (1) The extent to which the proposed work satisfies the Army?s research need by use of innovative, creative, efficient, and affordable approaches t o the technical objectives. (2) The merit of the offeror?s proposed approach to accomplish the scientific and technical objectives. (3) The experience and qualifications of the scientists, engineers, technicians, and other proposed personnel. (4) The suitability and availability of proposed facilities. (5) Cost to the Government. SECURITY REQUIREMENTS: All work performed under resulting agreement(s) will be unclassified and will not require access to classified material. A determination has been made that performance under the agreement(s) will require access to and/or generate technical data the export of which may be 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 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. Participation in the programs announced in this RA is limited to U. S. firms as prime con tractors. GOVERNMENT FURNISHED PROPERTY: No Government Furnished Property is anticipated under this agreement(s) resulting from this RA. If Government Furnished Property is necessary, it shall be detailed in the proposal. GENERAL: The technical proposa l should provide a clear justification for the selection of the critical technologies proposed and their contribution to the overall program goals. The technical proposal should include a clear statement of the objectives and the approach to be pursued, ba ckground experience, and the expected contribution of the research to the performance and affordability of the Army mission. It should also contain a Statement of Work (SOW) which includes the following tasks: Task I ? Design; Task II ? Fabrication; and Task III ? Validation Testing. Offerors should also provide program milestones, a biographical section describing key personnel, a description of the facilities to be employed in the effort, and a program management section. The Cost Proposal should inclu de a funding profile (a cost breakout by month), cost breakdown providing man-hours and monthly costs by task, all pricing rates used, and equipment and materials listings, if applicable. The individual critical technologies proposed must be priced as sepa rate tasks in order to facilitate the selection of individual parts of the proposed effort. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. This RA announcement will remain open until 4:00 p.m., Eastern Time May 17, 2002. Awards under this announcement are anticipated to be made by June 30, 2002. However, unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 31 December 2002. 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., cer tain tasks vs total program). Multiple proposals from the same offeror that address different solutions or that address only part of the problem under the announcement will be accepted and evaluated independently. Agreements with cost participation by th e 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 contribution 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 dec ides 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 t hey 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 re cipient?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 announce ment 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 30 pages. Proposals should be marked with the above agreement number and addressed to the Aviation Applied Technology Directorate, AMCOM, and ATTN: AMSAM-RD-AA-C (Katherine Kearney), Building 401, Lee Boulevard, Fort Eustis, VA 23604-5 577. Offerors desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafax (757)878-0008)or kkearney@aatd.eustis.army.mil. Oral explanations or instructions given before the award of any agreemen t 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 t his announcement. A copy of any cited reference/clause is available from the issuing office (Katherine Kearney), (757) 878-5703).
- Place of Performance
- Address: Aviation Applied Technology Directorate, Ft. Eustis DAAH10 ATTN: AMSAM-RD-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN00050716-W 20020331/020329213313 (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 |