Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF FEBRUARY 15, 2007 FBO #1907
SOLICITATION NOTICE

15 -- The Operations Support and Sustainment Technology (OSST) Advanced Technology Development (6.3)

Notice Date
2/13/2007
 
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
W911W6-07-C-0029
 
Response Due
5/8/2007
 
Archive Date
7/7/2007
 
Small Business Set-Aside
N/A
 
Description
Description: This synopsis is for a noncommercial engineering effort to Aviation Applied Technology Directorate, Aviation Applied Technology Directorate (AATD), U. S. Army Research, Development and Engineering Center (USARDEC), ATTN: AMSRD-AMR-AA- C), 401 Lee Blvd., Ft. Eustis, Virginia 23604-5577. POC Ms Sandra Schuck, Contract Specialist, 757-878-4819. AATD is soliciting technical and cost proposals to conduct a 6.3 Research & Development as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein and the referenced supplemental package. This Broad Age ncy Announcement constitutes the total solicitation. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any BAA amendments that may permit extensions to the proposal submission date. INTRODUCTION: The Army desires to transition its aviation fleet to Condition Based Maintenance (CBM), as directed by the DoD Logistics Transformation Strategy and the Army Aviation CBM Plus Plan. This BAA is responsive to the Armys plan to mature embedde d diagnostics and prognostics. Current maintenance is reactive to faults, not proactive, resulting in an excessive logistics support burden and high O&S costs. The Army S&T goal to decrease O&S cost by reducing maintenance, which was derived from the Rotar y Wing Vehicle Technology Development Approach and the Aviation S&T Strategic Planning Workshops, supports this transition to CBM. Specific 2010 program metrics are 25% Reduction in Inspections/ Flight Hour, 8% Reduction in Maintenance Labor/ Flight Hour, 10% Increase in Component Mean Time Between Removals and less than 10% False Removal Rates measured against a 2005 fielded aircraft baseline. Technologies are required to provide aviation platforms the ability to accurately assess health and project failu re of critical aircraft components, based on actual usage in operational environments. The Operations Support & Sustainment Technologies (OSST) program will develop and demonstrate an integrated set of diagnostic, prognostic and system health assessment technologies to support Army objectives and enable transition to a CBM based philosophy. Specific OSST objectives are reduction of inspections and preventative maintenance, expansion of serviceability criteria, extension of life or time between overhaul, and prediction of failure with sufficient fidelity to allow scheduling of maintenance. Ma ny technical opportunities exist to enable implementing condition based maintenance; however there are several key technical challenges. High fault detection rates need to be achieved with minimal false alarms. A wide range of aircraft components and failu re modes need to be monitored with limited sensor data and a minimal weight penalty. Accurate estimates of remaining useful life for components across varying usage and environment are required. Various technologies such as physics of failure modeling, res idual strength/life prediction, wear prediction, performance models, system level reasoners and anomaly detection may be used to address these challenges. This program will result in an integrated set of demonstrated technologies that can be transitioned t o support CBM. For this program, transition is defined as implementation of the technologies, after successful completion of this program, into a fielded Army rotary wing aircraft (CH-47, UH-60, AH-64, ARH-70). This OSST BAA will be limited to 6.3 Advanced Technology Development. Efforts under this BAA will mature and demonstrate the technologies required to provide useful prognostics and system health information to support maintenance and operational decisions. Through this effort, technologies are expected to be matured to a TRL 6 (system/subsystem model or prototype demonstration in a relevant environment), as well as be on a path for transition. Demonstration testing shall be full scale and representative of the expected aircraft operating environment and be of sufficient scope to validate the capability, accuracy and robustness of the technologies TECHNICAL DESCRIPTION The Government is seeking an integrated OSST solution that will reduce the future maintenance burden, reduce O&S costs, and enable implementation of CBM methodologies. Specifically, the Government desires an integrated set of technolo gies to allow: reduction of inspections and preventative maintenance; expansion of serviceability criteria; extension of life or time between overhaul; prediction of failure with sufficient fidelity to allow scheduling of maintenance. Open systems architec ture and use of common data standards are required. Proposed technologies shall be demonstrated to validate their capability, accuracy and functionality of sensors, interfaces and algorithms. Integration into an on-board data collection, processing, and st orage device shall be conducted to demonstrate the feasibility of implementing the technologies as a single solution. Methodology for demonstration of proposed technologies as well as an integrated solution shall be addressed. Offerors shall address each o f the six rotorcraft technology areas, listed below as an integrated solution. Offerors shall describe a clear path for transition and quantifiable benefits relative to the 2010 metrics. Propulsion Efforts under this technical area should focus on engine system diagnostics and performance prognostics. Army data shows low power or torque as the highest engine removal cause and power management as a driver in engine related accidents. FOD and erosion contribute to these removals for low performance. Errors in torque measurement add to the variability of power predictions, impact engine removals and reduce the fidelity assessment of usage monitoring. There are ongoing efforts demonstrating a dvanced engine diagnostics and on-board automatic power available algorithms. Development efforts should build upon current work to provide accurate, on-board fault isolation of engine components and prognostication of engine performance. Drive Systems/Mechanical Components Advanced Technology Development efforts for the drive systems efforts should demonstrate advanced diagnostic techniques. Algorithms for detecting gear and bearing failures through vibration have been developed and demonstrated using test stand data. Planet ary gear fault detection remains difficult with current diagnostic techniques. Internal debris generating failures can be detected for ferrous components through current chip detectors but advanced non ferrous or non metallic materials are not covered. Det ection of corrosion on the cases of transmissions and gearboxes, mounting locations and fasteners is possible but has not been fully demonstrated. Electrical Power & Wiring Efforts should focus on the accurate diagnostics of electrical system components. Reliable and clean electrical power is essential for aircraft operation. The quality of power affects mission reliability and can impact high value avionics and controls. Pow er problems can lead to inaccurate BIT messages, no fault founds and component false removals. Proposed tasks should demonstrate the ability to determine the health of electrical components such as generators, power converters and batteries. Structures Structural maintenance labor and cost will be reduced by more accurately calculating service life expended and managing the helicopters structural integrity. Advanced Technology Development is needed to validate the ability to effectively diagnose and man age rotorcraft structural integrity. This can be accomplished through technology demonstration efforts that ascertain localized loads from global aircraft parameters, accurately predict remaining service life, and support assignment of usage credits based upon a comparison between design life and actual usage. Rotors & Dynamic Components Rotors and their associated dynamic components operate i n high-cycle and environmentally challenging conditions. Maintenance of the dynamic hub components (spherical bearings, bushings, pushrods, root end couplings, etc.) is driven by high-cycle fatigue, while blade maintenance is predominantly driven by impact damage (e.g., ballistic damage, delaminations, voids). Advanced Technology Development is needed to demonstrate the ability to monitor and effectively diagnose the integrity of the rotor system, which includes tracking actual usage, actively detecting dam age, and providing ample data to support either the assignment of usage credits or a reduced inspection/diagnostics effort once damage has occurred. Offerors need to consider the unique challenges in reliably transferring data and power across the rotating frame (rotating component to static airframe). Flight Controls & Hydraulics Current aircraft flight control and hydraulic system components require specific maintenance dedicated to pre-flight inspections, post-flight pilot recommendations, and routine maintenance actions. Due to inconvenient component locations and system comple xity, current inspection techniques of flight control and hydraulic system components (hydraulic lines, servos, pumps, bell cranks, bearings, electronics, actuators, etc.) are labor intensive and often result in low fidelity diagnosis. This often leads to fixing failures by replacing several costly subsystems rather than replacing specific faulty components (e.g. completely replacing a servo instead of fixing a faulty servo component). Advanced Technology Development is needed to demonstrate the ability to effectively monitor, diagnose, and manage the service life of the aircrafts flight control and hydraulic components. This can be accomplished through a technology demonstration effort that tracks actual component usage, detects damage, and provides ampl e data to support the assignment of usage credits to life-limited components. Deliverable Items: The program will require delivery of the following data items: (1) Program Plan, (2) Design Review Briefing Charts, (3) Bi-Monthly Progress, Cost and Performance Reports, (4) Final Report, (5) Final Briefing at Ft. Eustis, (6) Test Plan s (7) Test Reports (8) Software Development Plan, and (9) Software Requirements Specification. (Note: Each of these items shall be delivered in the Offerors format) Security Requirements: Unclassified, subject to export controls. Performance will require access to and/or generation of technical data the export of which is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et. seq.) or Executive Ord er 12470. Prior to award, the successful Offeror(s) will be required to (if applicable) provide an Export-Controlled DoD Data Agreement certification number issued in accordance with DoD Directive 5230.25. This certification may be requested from the Def ense Logistics Services Center, ATTN: DLSC-FBA Federal Center, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Anticipated Period of Performance: Not to exceed 36 Months Total (33 technical and 3 for Data/Final Report) Other Special Requirements - Data Rights: The Government desires, at a minimum, Government Purpose Rights as defined by the DFARS, to all technical data, deliverables, and computer software to be delivered, and no limitations on the use of delivered and/ or residual hardware. It is the Offeror's responsibility to clearly acknowledge or make exception to the Governments desire to Government Purpose Rights. Expected Award Date: Expected award date is 4th quarter FY07. Government Estimate: Available Government funding is approximately $15 million distributed by Government fiscal year as follows: FY07/FY08 4.0M, FY09 5.0M, FY10 6.0M. A single award is anticipated. Government Furnished Property and Data: Any expected Government Furnished Equipment (GFE) shall be clearly identified in the proposal. It is the offeror's responsibility to identify, coordinate, and furnish supporting documentation for use of any Government furnished equipment or property. No government furnished data will be provided. Offerors must have access to or be capable of generating the data required to develop and validate the algorithms or systems proposed. Instrument Type. The Government contemplates award of cost, cost-plus-fixed-fee contract, or cost sharing types of instruments under this BAA, depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulat ory requirements the Government must satisfy. Such instruments include conventional contracts subject to the Federal Acquisition Regulation, as supplemented, and Technology Investment Agreements (TIA) (Cooperative Agreement under 10 U.S.C 2358) or Other T ransaction (OT) for Research (10 U.S.C. 2371), which are more flexible than traditional Government funding instruments. Under TIA's or OT(s) it is DoD policy to obtain, to the maximum extent practical, cost sharing of half of the cost of the project to en sure the recipient has a vested interest in the project's success. Cost participation may be in the form of cash or in-kind contributions, where cash is considered of significantly higher quality in demonstrating commitment to the project. Cost participa tion will be considered in accordance with the DoD Grant and Agreement Regulations, DoD 3210.6-R paragraph 34.13 (Cooperative Agreement) (but also see paragraph 37.530 pertaining to Other Transactions for Research) accessible at the following link: http:// www.dtic.mil/whs/directives/corres/pdf/32106r_041398/part34.pdf. Contract type is a subject for negotiation, but the Offerors desire should be clearly stated in the cost proposal. Size Status: NAICS Code 541710 and number of employees are 1500. : Due to the complexity and technical considerations of this program, this solicitation is not set-aside for small businesses. Notice to Foreign Owned Firms: Participation in this program is limited to U.S. as Prime Contractors; however, Subcontractors may be foreign owned. PREPARATION & SUBMISSION INSTRUCTIONS. The proposal shall consist of two volumes, a technical volume and a cost volume In presenting the proposal material, prospective Offerors are advised that the quality of the information is significantly more important than quantity. Offerors should confin e the submissions to essential matters providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. AATD encourages and promotes teaming arrangements with research organizations to in clude academia, industry, and small businesses in order to achieve a mix of relevant expertise and capabilities for executing OSST research and development efforts. A link is provided for a supplemental package that provides specific proposal preparation instructions and additional detail to be included in submitted proposals, and additional instructions to offerors. (http://www.aatd.eustis.army.mil/Business/Divisions/Contracting/Acc_Announ.asp) TECHNICAL VOLUME. The technical volume of the proposal shall provide an analysis that justifies the selection of the technologies proposed, benefits of the proposed technologies relative to the 2010 metrics, and the ability to transition to current or fut ure Army aircraft. Integration of the technologies and demonstration methods should be covered. The technical volume shall also include a clear statement of the program objectives and the specific approach to be pursued and supporting background experience . It shall contain a Statement of Work (SOW), program milestones, a biographical section describing key personnel, a description of the facilities and/or data sources to be employed in the effort, and a program management section. Offerors should identify and substantiate the beginning and ending Technology Readiness Levels (The length of the technical volume sh all not exceed 60 pages). COST VOLUME. Within the Cost Proposal, offerors shall indicate the proposed funding instrument (e.g., FAR-based contract and type (cost-plus-fixed-fee, cost reimbursable, etc.) or TIA). For consistency, the offeror shall submit other than cost or pricing data in the format suggested by FAR 15.403-5(b)(1), or in contractors format containing the information outlined below, together with supporting breakdowns The supporting schedules may include summary level estimating rationale used to generate the prop osed costs. Information such as historical cost information, judgment, analogy to other similar efforts, etc. are generally accepted methods of projecting labor expenditures. Purchase order history, catalog prices, vendor quotations, firm negotiated valu es, engineering estimates, etc. are generally accepted methods of projecting material requirements. The cost proposal shall not contain overflow of information suited for the technical proposal. The offeror shall assure any overlap of data, (such as man- hours) does not conflict between the cost and technical proposal. In the case of any conflict between the two, information in the cost proposal will take precedence. 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 effort) 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 develop an order of merit listing for proposals submitted. The extent to which the proposed integrated solution satisfies the OSST BAA objectives by use of innovative, efficient, and affordable solutions technologies. This will include understanding of the problem, current technical barriers, and how the proposed solution eliminates those barriers. The merit of the Offerors proposed approach to develop and demonstrate the proposed integrated solution. This includes the reasonableness of the proposed tasks, schedule, and approach to accomplish the scientific and technical objectives. The benefit of the proposed integrated solution toward meeting the 2010 program metrics. This includes a clear and reasonable path to transition the technology. The weight efficiency/penalty of the proposed integrated solution will be considered as part of its ability to effectively transition into service. The capability of the Offeror to accomplish the proposed effort. This includes the experience and qualifications of the proposed personnel, the suitability of the proposed facilities, and the availability (or the ability to generate) of required technical and test data to validate the integrated solution. The reasonableness of the proposed cost to the Government. This includes the realism of the proposed man-hours, materials and other costs to accomplish the proposed effort. Any proposed cost share will be evaluated for its benefit in reducing program risk, achieving program objectives, and furthering the state-of-the-art. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. No pre-proposal conference is to be held. Proposal will be 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: AMSRD-AMR-AA-C, Ms. Sandra Schuck, Contract Specialist, Building 401, Le e 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 sschuck@aatd.eustis.army.mil, at least fourteen (14) days bef ore 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 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. Proposals submitted after the due date of May 8, 2007, 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 contingent upon the availability of appropriated funds for which payment for program p urposes 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.
 
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
SN01231326-W 20070215/070213220852 (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.