SOLICITATION NOTICE
28 -- It is the Government's desire to conduct a technology development effort focused on critical advanced hot section technologies down stream of the combustor (i.e. gas generator/power turbine) for SATE technology level turboshaft engines.
- Notice Date
- 2/23/2004
- Notice Type
- Solicitation Notice
- Contracting Office
- Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-04-2-0002
- Response Due
- 4/26/2004
- Archive Date
- 6/25/2004
- Point of Contact
- jcariker, 757-878-5909
- E-Mail Address
-
Aviation Applied Technology Directorate
(jcariker@aatd.eustis.army.mil)
- Small Business Set-Aside
- N/A
- Description
- This is a combined synopsis/solicitation for commercial items prepared in accordance with the format in Subpart 12.6, as supplemented with additional information included in this notice. This announcement constitutes the only solicitation; proposals are being requested and a written solicitation will not be issued. DESC: Section I. The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of a 6.2 Research & Development Program as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein. This Research 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: The Army is antici pating the development of new centerline turboshaft engines for use in future manned and unmanned aerial vehicles (UAV) of the Future Force. These engines will be developed under the DOD/NASA/DOE Versatile Affordable Advanced Turbine Engine (VAATE) program . The Small Affordable Turbine Engine (SATE) program will be conducted under the VAATE program and will demonstrate progress towards the VAATE phase II turboshaft/turboprop goals beginning in the FY08 timeframe. The SATE program goals will be to demonstra te a reduction in specific fuel consumption (SFC), an increase in shaft horsepower to weight ratio, a reduction in production and maintenance cost and a design life of 6000 hrs in a 1800 hp class (1500-2100 hp) turboshaft engine. In order to meet the aggr essive goals of the SATE program, significant advancements in gas generator/ power turbine technologies will be required. The aggressive performance goals of the SATE engine dictate the need for increased rotational speeds, temperatures, and pressures. Th ese conditions create significant challenges for components in the gas generator/power turbine of the SATE engine. Therefore, the objective of this announcement is to develop advanced gas generator/power turbine technologies that possess the combination of performance, durability, and affordability necessary to enable SATE technology level turboshaft engines to achieve their performance, durability, cost and life goals. The offeror must substantiate their SATE configuration within a 1500 â 2100 hp c lass that is consistent with the goals provided in this announcement. TECHNICAL DESCRIPTION: It is the Government's desire to conduct a technology development effort focused on advanced gas generator/power turbine technologies for SATE technology level tu rboshaft engines. The program shall utilize a notional SATE turboshaft engine design to establish the operational requirements and potential payoffs of the proposed concepts relative to the SATE engine performance, durability, cost and life goals. The not ional SATE engine should be designed to achieve its corresponding goals: (1) 1500 hp: less than or equal to 0.40 Specific Fuel Consumption , greater than or equal to 5.7 Horsepower to Weight Ratio, less than or equal to $370k per engine Production Cost , and 35% Reduction in Maintenance Cost; (2) 1800 hp: less than or equal to 0.39 Specific Fuel Consumption, greater than or equal to 6.0 Horsepower to Weight ratio, less than or equal to $425k per engine Production Cost, and 35% Reduction in Maintenance Cost; (3) 2100 hp: less than or equal to 0.38 Specific Fuel Consumption, greater than or equal to 6.3 Horsepower to Weight ratio, less than or equal to $480k per engine Production Cost, and 35% Reduction in Maintenance Cost. Additional Notes: (1) Desi gn Life greater than or equal to 6000 hours, 15000 cycles cold parts, 7500 cycles turbine blades, (2) Production cost includes control system, (3) Maintenance cost reduction is relative to contractor proposed baseline, (4) Free shaft engine, (5) Configurat ion does not include reduction gearbox but does include inlet particle separator, (6) Eff icient operation at part power is desirable, (7) Assume linear interpolation to define goals that are not specifically defined above. The offer or shall define the anticipated gas generator/power turbine configuration and performance characteristics consi stent with their SATE design. The offer or shall design, fabricate and perform validation testing of the proposed gas generator/power turbine technologies. Validation testing shall be conducted in an environment that simulates notional SATE engine operat ional conditions and shall be performed to validate aerodynamic, thermal, and/or mechanical performance. The Advanced Hot Section Turbine Engine Technology program will be an integral part of the DOD/NASA/DOE VAATE program. DELIVERABLES FOR THE AGREEMEN T: All deliverables will be in contractor format. (1) Program Plan: Submit concurrent with the first Bi-Monthly Cost and Performance Report. The Program Plan shall contain details relative to how the effort, discussed in the Statement of Work (SOW), wil l be accomplished-i.e., the technical approach or the methods the offeror will employ to accomplish tasks, projects and phases of the program, including as applicable, details regarding design and hardware fabrication and testing. The Plan shall also cont ain a program schedule by phase/task and work element, identify project milestones and task completion dates and show dates for delivery of data. The Plan shall also include man-hour estimates by labor category for each phase/task on a monthly and cumulati ve basis, in tabular format. (2) Bi-Monthly Progress, Cost, and Performance Reports: The first report shall be submitted 30 calendar days after the first full month of performance, with subsequent reports submitted bi-monthly thereafter. The report shal l contain technical progress during the reporting period and identify any 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 peri od and cumulative cost to date. This cost shall identify both Recipientâs cost and Government cost. (3) Design Review Briefing Charts: The charts shall be submitted at least 15 calendar days prior to conduct of the Design Review. (4) Test Plan: T he Recipient shall submit a test plan 30 calendar days prior to the initiation of the validation testing. This plan shall explain the philosophy, test logic, test sequence, test schedules and test procedures to be utilized to obtain a successful demonstr ation of the technology. The test plan shall include but not be limited to a discussion of schedules of performance, procedures for checkout, acceptance limits for performance capabilities, requirements and characteristics, and a description of the test e quipment and instrumentation (type and location) to be used. (5) Test Report: A Test Report shall be submitted within 45 calendar days of conduct of testing. (6) Final Report: Three copies of the draft final report shall be submitted within 30 calendar days of completion of technical effort under this Agreement. Approval or recommended changes in one annotated copy will be returned within 30 calendar days to the Recipient. Recipient shall submit a regular and reproducible Final Report within 30 calend ar 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. (7) Final Briefing: The final briefing shall be he ld at AATD, Fort Eustis, VA. Section II. AWARD INFORMATION: ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Anticipated period of performance is 48 months total with 45 months for the technical effort and an additional 3 months for completion of the fi nal report. Government Estimate: Government Share = $900,000 per award (Distribution: FY04-05; 15%, FY06; 30%, FY07 40%, FY08 15%). Proposals must follow the g uidelines described in this announcement. TYPE OF FUNDING INSTRUMENT: Due to the commercial application of this engine component development effort, the Government anticipates an award of a Technology Investment Agreement (TIA) (Cooperative Agreement (10 U.S.C. 2358) or Other Transaction for Research (10 U.S.C. 2371) which are more flexible than traditional Government funding instruments. It is DoD policy to obtain, to the maximum extent practicable, cost sharing of at least half of the costs of the proj ect to ensure that the recipient has a vested interest in the project's success. TIAs with, to the maximum extent practicable, cost participation by the Recipient of at least 50% are anticipated for each award made because the technology has high dual-use potential and performers of the program will benefit from commercialization. Cost participation may be in the form of cash or in-kind contributions. Cost sharing is addressed in Part 37 of the DoD Grant and Agreement Regulations (DoD 3210.6-R). This RA will remain open until 4:00 p.m., Eastern Time 26 April 2004. The earliest anticipated award date is 30 June 2004; however, the awards may be staggered. There will be one or more awards (but likely not more than two) under this announcement, based on Gov ernment funding availability. Unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 31 October 2004. 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 offerorâs proposal (i.e., certain tasks vs. total program). Multiple proposals from the same offeror that address different solutions or tha t address only part of the problem under the announcement will be accepted and evaluated independently, but must be clearly identified in each proposal. Section III. Eligibility Information: Participation in the project announced in this RA is limited t o U. S. firms as prime recipient. A Government approved Advanced Turbo Propulsion Plan (ATPP) will eventually be required for any successful offerors. Such a plan is not required in order to be eligible for an award under this announcement. Due to the co mplexity and technical considerations of this program and the eventual requirement for an ATPP, the announcement is not set aside for small businesses. Section IV. Application and Submission Information. This RA contains the total solicitation. No spe cial application kits/forms/materials are required. GENERAL: The technical proposal should provide a clear justification for the selection of the proposed advanced gas generator/power turbine engine technologies. The justification/rational supporting the p roposed technology should be based upon the potential contribution of the proposed technology to the overall achievement of the SATE engine level performance, durability, cost and life goals. The proposal will be structured as follows: 1) Task I â D esign; 2) Task II â Fabrication; 3) Task III â Validation Testing. The technical proposal should also include a clear statement of the program objectives and the specific approach to be pursued and supporting background experience. It should al so contain a Statement of Work (SOW), program milestones, a brief biographical section describing key personnel, a brief description of the facilities to be employed in the effort, and a program management section. The offeror will also identify how the pr oposed propulsion technology is integral to its ongoing efforts to develop an ATPP for the VAATE program. The Cost Proposal should include a funding profile that shows program costs and man-hours by month, and clearly indicate whether the offeror operates on a calendar year or other basis. This information should be provided for both the total program and for individual program tasks. Identification of labor cate gories proposed, all pricing rates used, and equipment and materials required should be included. The individual tasks proposed must be priced as separate tasks in order to facilitate the selection of individual parts of the proposed effort should award of only portions of a proposal determined to be in the best interest of the Government. Sub-award proposals, if applicable, including pricing rate details (if this information is not available to the offeror, it will be requested by the Government after rec eipt of proposals), must be provided concurrent with the prime recipient's submission. No pre-proposal conference is to be held. Proposals, technical and cost, must be submitted in original and five (5) copies. Proposals, excluding the cost section, shall not exceed 30 pages. Proposals should be marked with the above reference number and addressed to the Aviation Applied Technology Directorate, and ATTN: AMSRD-AMR-AA-C (Jared Cariker), Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. 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. For purposes of this RA, late proposals will be treated in accordance with FAR 52.215-1. A copy of any cited reference/clause is available via link: http://farsite.hil l.af.mil/vffara.htm. Section V. Application Review Information. EVALUATION CRITERIA/BASIS FOR AWARD: The selection for award will be based on a scientific and/or engineering evaluation of proposals (both technical and cost as it relates to technical effo rt) 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 d evelop an order of merit listing for proposals submitted under this announcement. Proposed cost will be evaluated as appropriate, for realism and reasonableness. The evaluation criteria are: (1) The extent to which the proposed work satisfies the Armyâ s research need by use of innovative, creative, efficient, and affordable approaches to the technical objectives. (2) The merit of the offerorâs proposed approach to accomplish the scientific and technical objectives. (3) The experience and qu alifications of the scientists, engineers, technicians, and other proposed personnel. (4) The suitability and availability of proposed facilities. (5) Realism of the proposed man-hours, materials and other costs to accomplish the proposed effort. Prop osed costs must reflect a clear understanding of the requirements and be reasonable and consistent with the various elements of the offerorâs technical proposal. Any proposed cost share will be evaluated for its benefit in reducing program risk, achi eving program objectives, and furthering the state-of-the-art. Proposed cost to the Government is a review criterion. The amount of cost sharing percentage could result in greater evaluation credit. Evaluation criteria (1) and (2) are equal and signific antly more important than criteria (3), (4) and (5) which are relatively equal. Note: In applying the above criteria, the relative weighting of engine level goals is specific fuel consumption, horsepower to weight, and life being weighted significantly h igher than, production, and maintenance cost. SECURITY REQUIREMENTS: All work performed under Agreement(s) resulting from this RA will be unclassified and will not require access to classified material. A determination has been made that performance und er 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 âExport-Controlled DoD Data Agreementâ certification number issued in accordance with DoD Directive 5230.25. This certificat ion 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 recipients. GOVER NMENT FURNISHED PROPERTY: No Government Furnished Property is anticipated under the Agreement(s) resulting from this RA. If Government Furnished Property is necessary, it shall be identified and discussed in the proposal. Section VI. Award Administrati on Information. This announcement is an expression of interest only and does not commit the Government to pay any response preparation cost. This announcement is issued subject to the availability of funds. The Governmentâs obligation is contingent upon the availability of appropriated funds from which payment for project purposes can be made. The Government is not liable for any payment under a TIA resulting from this RA until funds are made available to the Grants Officer for this program. A sam ple TIA under authority of 10 U.S.C. 2358 can be accessed via the Internet at the following link: http://www.aatd.eustis.army.mil/docs/TechInvestAgree.doc. This sample is provided for general information only as TIAs are more flexible than traditional fun ding instruments. The anticipated reporting requirements are addressed in Section I of this announcement. Section VII. Agency Contact(s). Offerors desiring an explanation or interpretation of this announcement must request it in writing at the above ad dress (Datafax (757) 878-0008) to the attention of Jared Cariker (Contract Specialist) and/or Lauren Sebring (Grants Officer) or jcariker@aatd.eustis.army.mil and/or lsebring@aatd.eustis.army.mil. Mr. Cariker and Mrs. Sebring can be reached by telephone a t (757)878-5009 and (757)878-4828, respectively.
- Web Link
-
Link to FedBizOpps document.
(http://www.eps.gov/spg/USA/USAMC/DAAH10/W911W6-04-2-0002/listing.html)
- Place of Performance
- Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN00529034-F 20040225/040223225634 (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 |