Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF DECEMBER 20, 2006 FBO #1850
SOLICITATION NOTICE

A -- Advanced Affordable Turbine Engine (AATE) Program

Notice Date
12/18/2006
 
Notice Type
Solicitation Notice
 
NAICS
541710 — Research and Development in the Physical, Engineering, and Life Sciences
 
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
W911W60720002
 
Response Due
3/14/2007
 
Archive Date
5/13/2007
 
Small Business Set-Aside
N/A
 
Description
The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.3 Research & Development as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein. T his Broad Agency Announcement constitutes the total solicitation. There will be no formal Request for Proposals (RFP) or other solicitation requests for this requirement other than this announcement. INTRODUCTION: The intent of the Advanced Affordable Turbine Engine (AATE) program is to take advantage of recent component efforts under DoD/NASA/DOE Versatile Affordable Advanced Turbine Engine (VAATE) Program and other recent advanced technology efforts to advance the state-of-the-art of turbine engines. Accordingly, the objective of this announcement is the development of a 3000 shaft horsepower engine to demonstrate advanced gas turbine technology capable of meeting / exceeding program goals and requirements, while p roviding excellent reliability, maintainability, durability, ballistic tolerance, and producibility characteristics, for potential application to multiple military and commercial vehicles. Moreover, the AATE program will provide a validated engine technol ogy base from which future Army rotorcraft engine engineering development efforts may evolve at minimum risk, time, and development cost. The overall goals of the AATE program include a 25% reduction in Specific Fuel Consumption (SFC), a 65% improvement in Shaft Horsepower to Weight (shp/wt), a 20% improvement in design life, a 35% reduction in production and maintenance cost, and a 15% redu ction in development cost. These goals, defined in detail below, are relative to year 2000 fielded systems. The AATE program will emphasize the development of innovative component technologies and / or cycle configurations to address overall and part power performance. Improved part-power fuel consumption characteristics are needed to meet the emerging endurance and cruise requirements associated with future Army aviation platforms. Increased range and endurance drive the need for efficient propulsion ca pability over a wide operating envelope. The AATE development will also address the need to minimize overall vehicle operation and support costs. The improved fuel consumption, durability, reliability and maintainability characteristics and the emphasis on lower production and maintenance costs for the gas turbine engine approach will result in significantly reduced O&S costs. The AATE program will be an integral part of the DoD/NASA/DOE VAATE program. Although a Government approved Advanced Turbo Propulsion Plan (ATPP) will eventually be required for any successful offeror(s), such a plan is not required in order to be eligibl e for an award under this solicitation. The AATE 3000 horsepower demonstrator engine program is anticipated for award in the 1st quarter FY08. TECHNICAL DESCRIPTION: The AATE program shall consist of design, fabrication, and component / engine demonstration testing aimed at achieving the program goals (stated in detail below) for the Armys Future Force fleet of rotorcraft. Engine demonstration testing shall include pe rformance and durability testing (note: slave and / or non-production hardware permitted for engine testing). The AATE program shall also include an analytical assessment to validate notional engine cost and weight goals. AATE program engine level goals and associated notes /ground rules include: Program Goals: (1) Less than or equal to 0.347 specific fuel consumption @ IRP shp, SLS (IRP @ rated T4.5)(2) Less than or equal to 0.410 specific fuel consumption @ 55% of IRP shp, 4000 ft. 95F (IRP Hp is based on IRP rated T4.5 established at SLS rating condition)(3) Greater than or equal to 6.5 Horsepower-to-Weight ratio @ IRP, SLS (Hp determined @ IRP Rated T4.5) (4) Less than or equal to $650k per engine production cost; 250th unit; $FY2000 (5) Greater than or equal to 6000 hours life, 15000 cycles with exception of 7500 cycles turbine blades and combustor liners (6) Greater than or equal to 35% Reduction in maintenance cost relative to contractor proposed and Government accepted baseline, assume 250 flying hours per year (7) Greater than or equal to 15% Reduction in development cost (baseline: military type qualif ication) Notes / Ground Rules: - Engine Intermediated Rated Power (based on sea level, standard (SLS) day conditions and rated T4.5) will be 3000 shaft horsepower. - Bookkeeping of program goals is based on a configuration that includes an IPS, notional production engine control, and all notional accessories required for self-sustaining operation (see weight statement details in supplemental package special instructi ons). - The engine configuration will dimensionally fit within UH-60 and AH-64 installation envelope; includes a free power turbine shaft; is front drive concentric with the engine centerline; includes an integral, but removable inlet particle separator (IPS) s ystem; includes an integral lubrication system and engine anti-ice system (note: integral lubrication system and engine anti-ice systems are not required for demo testing) - The 100% output shaft speed will be 20,900 with direction of rotation clockwise when observed aft looking forward. The operating shaft speed will be selectable from 19,855 rpm (95%) to 21,945 rpm (105%) - The power turbine inlet temperature (T4.5) for each rating, at SLS conditions, is constant for all altitude / temperature conditions except when limited by fuel flow, compressor aerodynamics, or torque limits - Design Referee Conditions: Power Turbine Exit Total Pressure: 15.43@ IRP SLS; Fuel LHV: 18,300 Btu / lbm - Engine will have a maximum power (10 min rating) capability of at least 5% greater than IRP at 4000ft, 95F ambient conditions - Intermediate Rated Power (IRP) is defined as a 30 minute rating - Maximum Continuous Power is defined as 85% of IRP at SLS Condition - Design of this engine will provide one engine inoperative/contingency power, at least 30 degrees Celsius temperature margin over contingency rating (note: temperature is averaged first stage turbine rotor inlet (T4.1) over the gas path area), and engine growth capabilities; Contingency Power is a 2.5 minute rating. - Life is based on: cycle temperatures that have 2/3rds of temperature margin deteriorated (across power usage spectrum), minus 3 sigma material properties, 4000 ft. 95F operating conditions, and usage spectrum and LCF cycle definition provided in Operatio nal Life Characteristics in supplemental package. - Production cost is based on the 250th production unit with production starting in FY2015. FY00 dollars will be used. Production Cost is defined as Shop cost plus a 35% sell price markup. A 90% learning curve slope will be used for recurring costs. R aw material costs may be adjusted to reflect expected full production volumes using learning curves. Assume two thousand production engines (this includes spares) over a 10 year fielding. - The maintenance cost analysis will assume Army two-level maintenance and use the usage spectrum, labor rates, and flying hour data included below. o A 25-year total engine usage span should be assumed. o 250 flight hours/year/engine should be assumed. o Use Fuel Cost - $1.00 per gallon o Estimated US Army maintenance man-hours costs; $44.16/hour AVUM and $51.56/hour depot maintenance (FY00 $) o Assume 2.0 hour referee mission: see supplemental package for usage spectrum and LCF definitions (3 LCF cycles per mission). The offeror shall provide detailed discussion and substantiation of the capability / affordability of their selected engine configuration. DELIVERABLES: Delivery of the following data items are required: (1) Management/Program Plan, (2) Design Review Briefing Charts, (3) Test Plans, (4) Test Reports, (5) Quarterly Progress, Cost and Perform ance Reports, (6) Final Report, (7) Final Briefing at Ft. Eustis (Note: Each of these items shall be in the Contractors format) SECURITY REQUIREMENTS: All work performed will be unclassified and will not require access to classified material. A determination has been made that performance under the award will require access to and or generate technical data for which the export o f will 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 in accordanc e with DoD Directive 5230.25. This certification may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Center, Battle Creek, MI 49017-3084, telephone 1-800-352-3572. ANTICIPATED PERFORMANCE PERIOD: Anticipated period of performance is fifty-two (52) months total (48 technical performance and an additional four (4) months for completion of the Draft/Final Report.) EXPECTED AWARD DATE: October, 2007 GOVERNMENT ESTIMATE: Funding planned (Base Program) = $34,750,000 (Distribution: FY07/08: $9,750,000, FY09: $7,500,000, FY10: $8,500,000, FY11: $9,000,000, FY12: $0). Also, due to possible commercial application of this engine development effort, up to a 50% cost share is anticipated. GOVERNMENT FURNISHED PROPERTY: No Government Furnished Property is anticipated under this announcement and if it is necessary it shall be detailed in the proposal. TYPE OF CONTRACTUAL VEHICLE: A range of funding instruments are available including Technology Investment Agreement (10 USC 2358 OR 10USC 2371) and FAR-based Contracts. Type of contractual instrument is a subject of negotiation. Appropriate clauses, term s, and conditions will be incorporated upon award. Because a TIA is a more flexible type of funding instrument, the supplemental package includes a draft TIA. Inclusion of the draft TIA should not be interpreted as Government preference for that type fun ding instrument. The Government reserves the right to select for award any, all, part, only a portion of an offeror's proposal (i.e. certain tasks vs total program), or none of the proposals received. Multiple awards may be possible depending upon cost s hare; however, the funding available is expected to fund no more than one full program and one partial program (i.e. certain tasks vs. total program). Agreements with cost participation by the Recipient of up to 50% are anticipated for each award made bec ause the technology has 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 and matching requirement are addressed in Sec 34.13 and Sec 3 7.525-37.555 of the Defense Grant and Agreement Regulations (DoD 3210.6R). The following link is provided: http://www.dtic.mil/whs/directives/corres/html/32106r.htm SIZE STATUS: NAICS Code 541710 and number of employees is 1,000. This announcement is unrestricted. NOTICE TO FOREIGN OWNED FIRMS: Participation in this program is limited to U.S. companies as Prime Contractors. PROPOSAL PREPARATION INSTRUCTIONS: Request five (5) original (CD-ROM) and five paper copies of Cost and Technical Proposals. Cost Proposal: The Cost Proposal should include a funding profile (a cost breakout by fiscal year), cost breakdown providing man-hours and monthly costs by task (to WBS level 3), all pricing rates used, and equipment and materials listings, if applicable. Subcontractor cost proposals, if applicable, including pricing rate details, shall be provided concurrent with the prime contractor's submission. The cost proposal should also include separately priced options for an engine sand ingestion test and progno stic health management (PHM) technologies as described in the supplemental package. Within the Cost Proposal, offerors shall indicate the pr oposed funding instrument (e.g., FAR-based contract and type (cost-plus-fixed-fee, cost reimbursable, etc.) or TIA.) If proposing a TIA, offerors shall review the draft TIA in the supplemental package and indicate acceptability of all terms or provide any exceptions or comments concerning the acceptability of all terms and conditions of this announcement. Use of tracked changes feature is encouraged. Technical Proposal: The technical proposal (exclusive of the options proposal) shall provide a clear justification for the selection of the critical technologies and configuration proposed and their contribution to the overall program goals. The technical proposal shall include a clear statement of the objectives and the approach to be pursued, background experience, and the expected contribution of the research to the performance and affordability of the Armys Future Force aviation fleet. It shall also contain a Statement of Work (SOW), program milestones, a biographical section describing key personnel, a description of the facilities to be employed in the effort, and a program management section (note: these should also be provided for any major subcon tractors identified within the cost proposal). The offeror will also identify how the proposed propulsion technology is integral to its ongoing efforts to support an ATPP for VAATE. Option Technical Proposal: A separate technical proposal should be provided for the option efforts. The Government will evaluate proposals for award purposes exclusive of the options. While the Government will make award decisions exclusive of the optio ns, the Government desires that offerors propose on both options. The option proposals will be assessed, negotiated and included as options in any resulting award for the full program. A link is provided for a supplemental package that either includes or provides instructions for receiving information on UH-60 and AH-64 engine bay installations, reference maintenance cost data from the Armys OSMIS database, operational life characterist ics on which to base life calculations, additional detail on data item content requirements, performance verification data to be included in submitted proposals, and additional instructions to offerors. (http://www.aatd.eustis.army.mil/Business/Divisions/Contracting/Acc_Announ.asp) Page Limitations: The technical proposal (excluding the options technical proposal) shall be limited to 250 content pages. The options technical proposal shall be limited to 20 content pages. Page limitations are inclusive of any drawings, charts, etc., and exclusive of section dividers, table of contents, list of figures/tables, glossary of terms and cross-referencing indices (which are not considered content pages). The evaluators will read only up to the maximum number of pages specified. Pages shall be standard 8 ? x 11 inch paper and main body type shall be not less than a font size Times New Roman 10, not less than single spacing (a maximum of 6 lines per inch) with margins at least 1 inch. Types smaller than Times New Roman 10 are permitted only for captions, sub/super-scripts and labeling of figures and graphs. EVALUATION CRITERIA / BASIS FOR AWARD: For award purposes, the Government will evaluate proposals exclusive of options. Evaluation criteria are stated below with the following order of importance: 1) and 2) are equal and significantly more important than 3), 4) and 5) which are equal. 1. The extent to which the proposed engine configuration / technologies satisfy the Army research objectives and goals by use of innovative, creative, efficient, and affordable solutions.. 2. The merit of the offerors proposed approach to accomplish the scientific and technical objectives. This includes the reasonableness of the proposed work plan, schedule, and program risk for achieving the program goals /objectives. 3. The availability, experience and qualifications of the scientists, engi neers, 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. Whether costs reflect a clear understanding of the program requirements and are reasonable & consistent with the various elements of the offerors technical proposal. Any proposed cost share will be evaluated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. Cost to the Government is also an important consideration. Notes: (1) In applying the foregoing criteria, the relative weighting of engine level goals is specific fuel consumption, horsepower to weight, and life being weighted significantly higher than development, production, and maintenance cost. (2) Program goals will be demonstrated / substantiated with a design that physically fits within existing UH-60 / AH-64 nacelles; however, overall compatibility or integration with existing rotorcraft (UH-60, AH-64) systems is not part of this S&T program and will not be evaluated. (3) Proposal / Program Risk will also be evaluated. This announcement 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 5 CD-ROM originals and five (5) copies. Proposal will b e considered valid for 210 days from the date that this announcement closes unless specifically stated otherwise. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Technology Directorate, AMRDEC, ATTN: AMS RD-AMR-AA-C, Ms. Paulette Wilson, Contract Specialist, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Offerors desiring an explanation or interpretation of this announcement must submit requests in writing at the above address, data fax (757)878 -0008, or pwilson@aatd.eustis.army.mil, at least fourteen (14) days before this announcement closes. Oral explanations or instructions given before the award of any agreement / contract will not be binding. Any information given to a prospective offeror c oncerning 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. Proposals submitted after the due date of March 14, 2 007, 3:00 p.m. local time, will be handled in accordance with FAR 52.215-1. A copy of this provision may be obtained from http://farsite/hill.af.mil. This announcement is issued subject to the availability of funds. The Government's obligation is conting ent upon the availability of appropriated funds for which payment for program purposes can be made. The Government is not liable for any payment under an Agreement / Contract resulting from this announcement until funds are made available for this program. ORIGINAL POINT OF CONTACT: Ms. Paulette Wilson, 757-878-2788. Email questions to pwilson@aatd.eustis.army.mil
 
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
 
Record
SN01198936-W 20061220/061219103834 (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.