Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF OCTOBER 15, 2006 FBO #1784
MODIFICATION

A -- Hypersonics Test and Evaluation

Notice Date
6/15/2006
 
Notice Type
Modification
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
Contracting Office
Department of the Air Force, Air Force Materiel Command, AEDC - Arnold Engineering Development Center, 100 Kindel Drive, Suite A-335, Arnold AFB, TN, 37389-1335
 
ZIP Code
37389-1335
 
Solicitation Number
BAA0614AEDCPKP
 
Response Due
7/17/2006
 
Point of Contact
Sue Tate, Contract Specialist, Phone 931-454-7801, Fax null,
 
E-Mail Address
sue.tate@arnold.af.mil
 
Description
CONTINUED: PROPOSAL PREPARATION INSTRUCTIONS PROPOSAL FORMAT All full proposals must be in the format given below. Nonconforming proposals may be rejected without review. Proposals should consist of two volumes. All pages should be formatted to 8-1/2- by 11-inch page size with type not smaller than 12 point. The page limitation for full proposals includes all figures, tables, and charts. Volume I, Technical and Management Proposal, may include an attached bibliography of relevant technical papers or research notes (published and unpublished), which document the technical ideas and approach upon which the proposal is based. Copies of not more than three relevant papers can be included with the submission. The bibliography and attached papers are not included in the page counts given below. The submission of other supporting materials along with the proposal is strongly discouraged and will not be considered for review. The proposal should not exceed 30 pages. Proposals should be submitted in .pdf format and forwarded to AEDC on CD-ROM. In addition, two paper copies should be submitted and mailed with the electronic media. No proposal submitted via e-mail will be considered. Send proposals to: AEDC/PKP; Attn: Sue Tate, 100 Kindel Drive, Suite A332, Arnold AFB TN 37389-1332 Volume I, Technical and Management Proposal Section I Administrative A. Cover sheet to include: (1) BAA number; (2) Lead Organization Submitting proposal; (3) Type of business, selected among the following categories: LARGE BUSINESS", SMALL DISADVANTAGED BUSINESS, OTHER SMALL BUSINESS, HBCU, MI, OTHER EDUCATIONAL, or OTHER NONPROFIT; (4) Contractor's reference number (if any); (5) Other team members (if applicable) and type of business for each; (6) Proposal title; (7) Technical point of contact to include: salutation, first name, last name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available); (8) Administrative point of contact to include: salutation, first name, last name, street address, city, state, zip code, telephone, fax (if available), electronic mail (if available), total funds requested from DOT&E, and the amount of cost-share (if any); and (9) Date proposal was prepared B. Official transmittal letter C. Signed copies of the Acknowledgment of Release Requirements form by the proposer and all subcontractors. This form acknowledges that the proposer and subcontractors are aware of their obligation to have all technical reports, papers, and presentations reviewed by DoD prior to release. This is required to ensure adherence to DoD regulations regarding the dissemination of militarily critical technologies and the International Traffic in Arms Regulations (ITAR). Section II Summary of Proposal This section provides an overview of the proposed work as well as an introduction to the associated technical and management issues, and the applicability of the work to test and evaluation of weapons systems. Further elaboration of all items will be provided in Section III. A. Innovative claims for the proposed research. This section is the centerpiece of the proposal and should succinctly describe the uniqueness and benefits of the proposed approach relative to the current state-of-the-art and alternate approaches. B. Deliverables associated with the proposed research and the plans and capability to accomplish technology transition and commercialization. Include in this section all proprietary claims to results, prototypes, intellectual property, or systems supporting and/or necessary for the use of the research, results, and/or prototype. If there are no proprietary claims, this should be stated. C. Cost, schedule, and milestones for the proposed research, including estimates of cost for each task in each year of the effort, total cost, and company cost share. D. Technical rationale, technical approach, and constructivesome type of armament/munitions separation during an aerodynamic maneuver from a carrier vehicle in hypersonic atmosphere flight. A vast store of subsonic aircraft armament/munitions separation information is available. Some hypersonic work was accomplished for the space shuttle separation issues several decades ago. The objective of this solicitation is to investigate and identify flight phenomena incurred during body separation with the goal of simulating the environment with aerodynamic models in a hypersonic wind tunnel with a Captive Trajectory System (CTS). Research in this topic should use the current state-of-the-art as a starting point and define those things that need to be improved or developed (e.g. dynamic force balance sensitivity to rapidly changing loads as the two-body shock-induced flow fields interact). PROJECT SCOPE: Awards totaling approximately $2.5 - $3.0M are expected to be made in FY07. Increased funding levels are anticipated to occur in the following fiscal years. Prospective proposers should be aware that there is no certainty in the funding or level of effort. GENERAL INFORMATION: Proposals should address development and/or operational test and evaluation technologies. DTRMC strongly encourages well-coordinated, interdisciplinary research and development activities. Teaming among academia, industry, and/or government partners is encouraged; however, this is no a requirement. Projects with strong transition plans to DoD T&E ground or flight test facilities or with DoD T&E facility participation will receive preference. Because awards may be made in which contractors expect to access or generate unclassified information that may be sensitive and inappropriate for release to the public, the contracts will contain DFARS Clause 252.204-7000, Disclosure of Information. This requirement will be in subcontracts as well. Projects will be awarded in phases with the later phases being funded in FY08 or later and will be contingent on funds availability, merit of performance and previous phases, and anticipated future T&E requirements for the technologies being addressed. In order to minimize the magnitude of the proposal preparation and review process, a proposal abstract of no more than 15 pages total should be submitted by 17 Jul 2006. Each proposal should specify the benefits to U.S. military service and the executing organization with subcontractors (where applicable), and their specific roles. The proposal should briefly describe the out-year effort beyond completion of the Phase I effort. Each proposal should address a specific T&E hypersonic need. Each proposer and subcontractor will be required to submit written verification stating they are aware of their responsibility to have DoD approval for public release of information pertaining to the proposed project (including technical reports, papers, and presentations) as required by DoD regulations regarding t he dissemination of militarily critical technologies and the International Traffic in Arms Regulations (ITAR). EVALUATION: Evaluation of proposal abstracts and full proposals will be accomplished through a technical review of each proposal using the following criteria: (1) overall scientific and technical merit, (2) relevance to current T&E hypersonic technology test requirements not addressed in other DoD programs, (3) offeror’s capabilities and related experience, (4) cost realism of proposed effort and (5) plans and capability to accomplish technology transition to T&E application and/or to DoD T&E facilities. Upon review, the Hypersonic Test Working Group, through AEDC, will respond to proposal abstracts with a recommendation to submit or not to submit a full proposal and the time and date for submission of a full proposal. Proposals and proposal abstracts should be submitted on CD-ROM in .PDF format and forwarded to: AEDC/PKP, Attn: Sue Tate, 100 Kindel Drive Suite A332, Arnold AFB TN 37389-1332. NOTE: THIS NOTICE MAY HAVE POSTED ON FEDBIZOPPS ON THE DATE INDICATED IN THE NOTICE ITSELF (15-JUN-2006). IT ACTUALLY APPEARED OR REAPPEARED ON THE FEDBIZOPPS SYSTEM ON 13-OCT-2006, BUT REAPPEARED IN THE FTP FEED FOR THIS POSTING DATE. PLEASE CONTACT fbo.support@gsa.gov REGARDING THIS ISSUE.
 
Web Link
Link to FedBizOpps document.
(http://www.fbo.gov/spg/USAF/AFMC/AEDC/BAA0614AEDCPKP/listing.html)
 
Place of Performance
Address: 100 Kindel Drive Suite A332 Arnold AFB TN
Zip Code: 37389-1332
 
Record
SN01165549-F 20061015/061013222930 (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.