Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 07, 2005 FBO #1472
SOLICITATION NOTICE

A -- Topologically Controlled Lightweight Armor (TCLA)

Notice Date
12/5/2005
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Other Defense Agencies, Defense Advanced Research Projects Agency, Contracts Management Office, 3701 North Fairfax Drive, Arlington, VA, 22203-1714
 
ZIP Code
22203-1714
 
Solicitation Number
BAA06-09
 
Response Due
1/23/2006
 
Archive Date
1/24/2006
 
Description
Topologically Controlled Lightweight Armor (TCLA), BAA06-09, Proposals Due: 4:00 PM ET, January 23, 2006. POC: Dr. Leo Christodoulou, DARPA/DSO; Phone (703) 696-2374; Fax (703) 741-1368. The Defense Sciences Office (DSO) of the Defense Advanced Research Projects Agency (DARPA) is seeking proposals to develop new armor material and/or system designs in a Topologically Controlled Lightweight Armor (TCLA) program. The vision for the TCLA program is to exploit the concept of topological arrangements of multiple materials to achieve ballistic performance beyond what can be achieved through material chemical or compositional changes alone and to deliver the improved performance at a reasonable cost. The TCLA program will take a comprehensive approach, and submissions are expected to address materials development/manufacturing, testing, and modeling. Teaming among proposers with skills in these areas is encouraged. The parallel goals for the TCLA program are high performance against multiple threats and low cost relative to comparable state-of-the-art armor systems. An accompanying Proposer Information Pamphlet (PIP) must also be referenced to aid in the production of proposals (http://www.darpa.mil/dso/solicitations/tcla_PIP.pdf). The focus of the TCLA program is to develop improved armor systems for military vehicles. The unifying theme of the program is that the topology, or arrangement of the materials in the armor, is the key to the performance. There is no requirement to include specific classes of materials, although it is anticipated that successful systems may be combinations of more than one material type. Passive armor systems are desired; however, non-passive systems operating within the confines of the armor will be considered. ?Bullet-on-bullet? or similar techniques that use a projectile or directed energy to defeat a threat beyond the plane of the armor panel are outside the scope of this program. Proposers to the TCLA program are expected to establish the following: (1) A multidisciplinary armor team exploiting the concept of ?topology control? to achieve blast/ballistic performance beyond what can be achieved through the use of chemical/compositional changes in armor materials alone (i.e., going beyond employing known high-end ceramics, composites, and metals); (2) The experimental efforts in TCLA will be closely coupled and complemented with a strong modeling and simulation activity. The modeling effort can incorporate analytical and expert system ballistic modules integrated to provide a ?rule and tool? set, enabling design and production of armor to defeat rapidly changing threats; (3) Establish the defeat mechanisms behind the multifunctional armor design at a sufficient detail to enable changing the design with evolving threats. Specific metrics for Phases I and II are listed in the PIP. The metrics for Phase I include, in part, (1) a 50% reduction in weight compared to rolled homogeneous armor (RHA) steel for specified threats; (2) acceptable performance against an artillery shell-type improvised explosive device (IED); and (3) justification of manufacturing cost projections for Phase II. The metrics for Phase II include, in part, (1) a 67% reduction in weight compared to RHA steel for specified threats; (2) acceptable performance against artillery shell-type IEDs; and (3) projections for the final armor system that have a cost to the customer of 50% less than RHA steel. PROGRAM PHASES The TCLA effort will be conducted in two phases: a 12-month Phase I and an 18-month Phase II. Proposers are requested to submit a proposal that addresses the technical effort in both phases. The final product at the end of Phase II will be an armor material system design and manufacturing method that can be immediately transitioned to the Services. At the end of the Phase I period, the team's performance will be evaluated in two areas: 1) progress on reducing armor weight as determined by appropriate metrics detailed here and in the associated PIP, and 2) the expected cost of the armor in production quantities. There may be a downselect of participants at the end of Phase I, depending on the technical results and availability of funding. Phase II, for those selected to continue, will culminate in delivery of the final product, an advanced vehicle or personnel armor system. TEAMING The goals of the TCLA program demand that a successful proposal will involve participation by a multi-disciplinary team. It is anticipated that teams will include capabilities in more than one of the following disciplines: materials science, including ceramics, metallurgy, composites, and/or polymers; engineering; manufacturering; ballistics; and modeling & simulation (e.g., finite element analysis, shock physics). DARPA will coordinate all testing at the end of Phases I and II to ensure that armor performance is judged consistently by an objective organization. However, proposers are encouraged to include resources for interim ballistic testing to aid in armor and model development efforts. Proposers that focus in only one technology element may be asked to team with other organizations. Since team composition will improve the chances of success of this program, a teaming website is available to facilitate these interactions (www.sainc.com/TCLA_Teaming). EVALUATION AND FUNDING PROCESS Proposals will not be evaluated against each other, since they are not submitted in accordance with a common work statement. DARPA's intent is to review proposals as soon as possible after they arrive; however, proposals may be reviewed periodically for administrative reasons. For evaluation purposes, a proposal is the document described in the PIP under 6.0, Proposal Format. Other supporting or background materials submitted with the proposal will be considered for the reviewer's convenience only and not considered as part of the proposal. DARPA reserves the right to request an oral presentation of proposals. If such a request is made, it is expected that, to the extent possible, all key personnel on the team will be present. The request for an oral presentation, or lack thereof, should not be construed as either a positive or negative assessment of the proposal. The following evaluation criteria are listed in order of decreasing importance. Proposals that are deemed unsatisfactory in Scientific and Technical Merit will not be evaluated further. Scientific and Technical Merit of the Proposal Proposers must demonstrate that their proposal is innovative and unique, that the technical approach is sound, that they have an understanding of critical technical issues and risk and that they have a plan for mitigation of those issues and risks. A significant improvement in capability or understanding beyond the state of the art must be demonstrated. All milestones must be clearly and quantitatively described. Value to Defense Proposers must demonstrate the potential of successful research to radically change the capability of armor for the military. This must include a discussion of the state of the art and how this program will dramatically improve it. A critical part of this evaluation criterion is the approach used to ensure that there is a feasible transition path from the research phase of this effort to the use of the armor systems by the military (i.e., that the armor fabrication can be cost-effective and reproducible). Capability of the Personnel and Facilities to Perform the Proposed Effort Proposers must demonstrate that their team has the necessary background and experience to perform this project. The balance of the technical capabilities of the team must match that required in the program plan. The relevant experience of key personnel must be sufficient to provide confidence that the proposers can accomplish their objectives. Proposers must demonstrate that the combined facilities of the team are sufficient to accomplish the objectives of the proposal. Cost Realism Costs of the proposal must be reasonable and provide a high value to the Government. The Government reserves the right to select all, some, or none of the proposals received in response to this solicitation and to make awards without discussions with offerors; however, the Government reserves the right to conduct discussions if the Source Selection Authority later determines them to be necessary. Proposals identified for funding may result in a contract, grant, cooperative agreement, or other transaction depending upon the nature of the work proposed, the required degree of interaction between parties, and other factors. If warranted, portions of resulting awards may be segregated into pre-priced options. SECURITY Proposers must either have a SECRET security clearance or be willing to obtain such a clearance. Security classification guidelines for armor materials have been developed by the Army Research Laboratory Weapons and Materials Research Directorate, and these guidelines will be provided to contractors at the start of the program. The TCLA program may include information controlled under the International Traffic in Arms Regulation (ITAR), 22 CFR 120-130, therefore contractors may be required to protect information pursuant to ITAR and are encouraged to consider this when proposing. PROPOSAL REQUIREMENTS All responsible sources capable of satisfying the Government's needs may submit a proposal that shall be considered by DARPA. Small Disadvantaged Businesses (SDB), Historically Black Colleges and Universities (HBCUs) and Minority Institutions (MIs) are encouraged to submit proposals and join others in submitting proposals. However, no portion of this BAA will be set aside for SDB, HBCU and MI participation due to the impracticality of reserving discrete or severable areas of this research for exclusive competition among these entities. The accompanying Proposer Information Pamphlet (PIP) contains necessary details regarding program planning and objectives as well as guidelines for proposal preparation, submission and evaluation that are not contained in this BAA (http://www.darpa.mil/dso/solicitations/tcla_PIP.pdf). Proposals shall consist of two volumes: Technical and Cost. PROPOSALS ARE DUE TO THE ADDRESS SHOWN BELOW NO LATER THAN 4:00 PM ET, January 23, 2006. Proposals submitted by fax will not be accepted. GUIDANCE FOR CLASSIFIED INFORMATION AND DATA The Government anticipates that proposals submitted under a BAA will be unclassified. In the event that a proposer chooses to submit a classified proposal, the following information is applicable. Security Classification guidance on DD Form 254 will not be provided at this time since DARPA is soliciting ideas only. After reviewing the incoming proposals, if a determination is made that the award instrument may result in access to classified information, a DD Form 254 will be issued and attached as part of the award. Proposers choosing to submit a classified proposal must first receive permission from the Original Classification Authority to use their information in applying to this BAA. An applicable classification guide should be submitted to ensure that the proposal is protected appropriately. For instructions on submitting classified proposals, contact Security & Intelligence Directorate (SID) Classification Management at (571) 218-4841. ADDRESSES FOR SUBMISSION OF FULL PROPOSALS: Web address for Full Proposal Submission: http://www.sainc.com/dso0609/ DARPA/DSO, ATTN: BAA06-09 3701 North Fairfax Drive Arlington, VA 22203-1714 Electronic Mail: BAA06-09@darpa.mil Related URLs: BAA 06-09: http://www.darpa.mil/baa/#dso PIP for BAA 06-09: http://www.darpa.mil/dso/solicitations/tcla_PIP.pdf Teaming Website and FAQ?s for BAA 06-09: www.sainc.com/TCLA_Teaming Point of Contact: Leo Christodoulou Program Manager, DARPA/DSO Phone: (703) 696-2374 Fax: (703) 741-1368 Email: Leo.Christodoulou@darpa.mil
 
Record
SN00945026-W 20051207/051205212336 (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  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.