Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF MARCH 20, 2011 FBO #3403
SOLICITATION NOTICE

A -- Rotorcraft Durability and Damage Tolerance (RDDT)

Notice Date
3/18/2011
 
Notice Type
Combined Synopsis/Solicitation
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Aviation Applied Technology Directorate (AMCOM-CC), ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-11-R-0009
 
Response Due
7/1/2011
 
Archive Date
8/30/2011
 
Point of Contact
hope mcclain, 757-878-2993
 
E-Mail Address
Aviation Applied Technology Directorate (AMCOM-CC)
(hope.a.mcclain@us.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. DESCRIPTION: In accordance with the Federal Acquisition Regulation (FAR) 6.102(d)(2), the Army, using a two-step Broad Agency Announcement (BAA) process, is soliciting abstracts to conduct concept exploration of a 6.2 Research & Development effort called Rotorcraft Durability and Damage Tolerance (RDDT). The first step in the two-step process consists of receipt and review of abstracts summarizing the project that is to be the subject of a proposal. The purpose of abstract review is to foster competition, provide feedback to prospective proposers relative to the likelihood of being funded so that better decisions can be made regarding incurring cost for proposal submission. Abstract feedback will be provided to facilitate an Offeror's decision on whether to prepare a full proposal. Our response to an abstract is advisory only. The abstract should provide enough information to permit review against the evaluation criteria. Feedback will consist of a qualitative assessment and recommendation relative to full proposal submission. The second step in the two-step process consists of receipt and evaluation of proposals from which award decisions will be made. Offerors who do not submit an abstract are permitted to submit a full proposal. Every proposal will be subjected to the same comprehensive evaluation. Submission of a full proposal is necessary in order to receive an award under this announcement. The two step approach benefits Offerors by allowing them to disband proposal teams (if desired) after the abstract phase. It benefits the Government by alleviating time wasted associated with evaluating proposals which are not of sufficient technical interest/quality. A.INTRODUCTION Current Army rotorcraft require continual inspection and maintenance for environmental damage and battle damage which limits aircraft availability. Army rotorcraft systems require improved range, payload, durability, and survivability for high operating tempo. To address these problems, investments in rotary-wing Applied Research will be directed to develop and mature Durability and Damage Tolerance (D&DT), which address the following Structures Technology Objectives: Reduced Structural Maintenance Labor, Increased Structural Efficiency, and Increased Accuracy of Stress and Internal Load Prediction. This BAA is limited to 6.2 Applied Research and is used to solicit effort needed to advance the technology readiness levels (TRLs) of rotary-wing compatible technologies sufficiently for follow-on 6.3 Advanced Technology Demonstration or commercialization. Efforts under this BAA are expected to develop and mature promising technologies to a TRL-5 (Component and/or breadboard validation in relevant environment). The Combat Tempered Platform Demonstration, Autonomous Sustainment Technologies for Rotorcraft Operations, and the Joint Multi-Role Technology-enabled Capability Demonstration, along with fleet modifications, upgrades and life extensions are likely transition opportunities for sufficiently mature technologies. B.REQUIREMENTS 1.Technical Description: The AATD seeks proposals to advance technologies in rotorcraft durability and damage tolerance analysis, design, qualification and life management. Efforts focusing on rotorcraft structural integrity technologies such as: probabilistic failure initiation and progression analysis methods to estimate remaining life; improved analysis techniques for metallic and composite rotating and non-rotating structure; mission based probabilistic life predictions to allow for probability of success predictions based on vehicle current start and anticipated mission; and improved load and usage spectrum development techniques. Also sought are proposals in damage tolerance based design, qualification and life management technologies; durability structural concepts including repair techniques; and high-strain capable structural concepts through advanced design, analysis and/or material solutions. Significant work has already been done to develop the Integrated Rotorcraft Damage Tolerance (IRDT) methodology; however, additional maturation of the underlying technologies that support this methodology is necessary, as well as proposed D&DT techniques, concepts, validation strategies, and potential improvements in weight and operational availability will be considered in evaluating the concepts 2.Deliverable Items: All awards will require delivery of the following data items or deliverables: (1) Management Plan (2) Bi-Monthly Progress, Cost and Performance Reports (3) Final Report (4) Meeting Minutes (5) Briefing Charts and may require (6) Special Technical Reports as required. 3.Security Requirements: This effort will likely generate technical data that is subject to export control laws and regulations. Only those offerors registered and certified with the Defense Logistics Services Center (DLSC) and have a legitimate business purpose may participate in this Broad Agency Announcement. Contact the Defense Logistics Services Center, 74 Washington Avenue N., Battle Creek, Michigan 40917-3084 (1-800-352-3572) for further information on the certification process. Offerors must submit a copy of the offeror's approved DD Form 2345, Militarily Critical Technical Data Agreement, with its proposal. Those offerors considered to be under foreign ownership, control, or influence (FOCI) must have a Defense Security Service (DSS) approved Special Security Agreement (SSA) or other approved mitigation plan prior to submission of offers, see National Industrial Security Procedures Operating Manual (NISPOM), Department of Defense (DoD) Manual 5220.22-M, Chapter 2, Section 3. The Government does not anticipate the generation of classified data as part of this effort. 4.Other Special Requirements - Data Rights: At a minimum, the Government desires "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 define the proposed data rights. C.ADDITIONAL INFORMATION (TOPIC) 1.Anticipated Period of Performance: Not to exceed 24 months total (21 technical and 3 for Data / Final Report); however focused 15-21 months total efforts are desired. 2.Government Estimate: Available funding for D&DT is approximately $2.944 M distributed by fiscal year as follows: FY11 $1.00M; FY12 1.014 M; FY13 0.93M. To adequately invest in each technology area and maximize the breadth of technology developed, it is the Government's intent to make multiple awards. 3.Government Furnished Property and Data: 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 technologies proposed. 4.Reference Documents: Two documents/reports outlining previous efforts in this area are available from the: SARAP TM&TS Final Report, Qualification Final Report (RDECOM TR 06-D-11) available from the Defense Technical Information Center (http://www.dtic.mil/dtic/) (Accession Number: ADB316836); and An Integrated Rotorcraft Damage Tolerance Methodology for Design, Analysis, and Qualification of Fatigue Critical Metal Airframe Structure (66th Annual Forum of the American Helicopter Society, Phoenix, AZ, May 2010. (http://www.vtol.org/ ) D.ADDITIONAL INFORMATION (GENERAL) 1.Type of Funding Instrument: A variety of funding instruments are available pursuant to this announcement depending upon the proposed effort, the entity submitting the successful proposal(s), and statutory and regulatory requirements the Government must satisfy. Such instruments include conventional Cost-Plus-Fixed-Fee (CPFF) contracts subject to the Federal Acquisition Regulation, as supplemented. Other Transaction (OT) for Research (10 U.S.C. 2371) is also an acceptable funding instrument. Parties proposing TIAs must provide at least half of the costs of the project to the maximum extent practicable. This is a statutory condition for those TIAs under the authority of 10 U.S.C. 2371, and is a matter of DoD policy for all other TIAs. The purpose of the cost share is to ensure 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 participation 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/321006r34p.pdf. The type of funding instrument is a subject for negotiation, but the offeror's desire shall be clearly stated in the cost proposal. 2.Size Status: Due to the complexity and technical considerations, this solicitation is not set-aside for small businesses. 3.Partial Award: The Government reserves the right to fund all, some, or none of the proposals submitted. The Government may elect to fund only part of any or all proposals; and may incrementally fund any or all awards under this effort. All awards are subject to the availability of funds. E.PREPARATION & SUBMISSION INSTRUCTIONS 1.A two step BAA process will be used. A synopsis will be issued that requests interested parties to submit abstracts. The abstracts will be reviewed and invitations to submit full proposals will be sent to Offerors meeting the BAA topic and who are deemed sufficiently meritorious to have a reasonable opportunity for award. Offerors whose abstracts were not selected for full proposal submission will still be given the opportunity to submit a full proposal. Offerers who submit a proposal but did do not submit an abstract will not be considered for an award. Each abstract and proposal shall be evaluated against the evaluated criteria. All criteria for the abstract and proposal will be weighted equally to determine the best value to the Government. This Broad Agency 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 revise proposal or abstract due dates. This announcement is open and valid through July 1, 2011, unless sooner cancelled. We anticipate making multiple awards in FY 2011, depending on funding availability. Abstracts and proposals can be submitted any time during the open period of this announcement but will be processed based upon date of receipt and proposal validity period. Anticipated contract awards date is September 2011. To be considered for award, the abstract cut-off date is not later than 1:00 p.m. local time, April 20, 2011 and the proposal cut-off date is not later than 1:00 p.m. local time, July 1, 2011. Any proposal received after the final cut-off date of July 1, 2011, will be handled in accordance with FAR 52.215-1, Instructions to Offerors Competitive Acquisition. The Government reserves the right to select for award any, all, part or none of the proposals received. The Government re serves the right to select for award only a portion of an Offeror's proposal (i.e. certain tasks vs. total program). This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Oral explanations or instructions given before the award of any contract will not be binding. Any information given to a prospective offeror concerning this announcement, which is necessary in submitting an offer or the lack of which would be prejudicial to any other prospective offeror(s), will be published as an amendment to this announcement. 2.Abstract Information a.Requirements: It is requested that the abstracts be prepared for areas of the topic areas of interest, not the entire topic. The abstract will be limited to five (5) pages and page size shall not exceed 8 1/2 x 11. The only exclusion to the five page count is the title page. All text, including tables and figures, will be written in no less than New Times Roman 12 point font. Three of these pages will describe the technology and approach, define a high level scope of work, the fit of the proposed effort within the topic of interest, identify technology transition potential to widespread use, and assess the TRL levels (entry and exit) per DOD I 5000.02. One page each is to be used for: (1) the ROM cost estimate based on the best information and material pricing available, including any proposed cost share (in-kind or cash), and (2) a top level schedule. Each abstract must stand on its own merit and be completely independent, requiring no other resources to execute the proposed effort. Abstracts must be self-contained and independent of the success, completion or products of any other effort. All abstract submissions must be UNCLASSIFIED. If execution of the proposed effort requires the use of classified information, it is the sole responsibility of the offeror to obtain and safeguard that information. b.Submission: Abstracts should be marked with the solicitation number and shall be submitted in four paper copies and electronic format on disc (PDF or MS Word) to the Aviation Applied Technology Directorate, Attn: ACC-RSA (Hope McClain), Fort Eustis, VA 23604-5577. Facsimile and electronic abstract submission is not authorized under this Announcement. Abstracts submitted after the closing date will be handled in accordance with FAR 52.215-1, Instructions to Offerors-Competitive Acquisition. This announcement is an expression of interest only and does not commit the Government to pay any abstract preparation costs. Offerors can contact AATD to ask for solicitation clarification. All questions must be emailed to the Contract Specialist at hope.a.mcclain@us.army.mil. Questions received less than 2 weeks prior to the abstract receipt date may not be addressed. Any information given to a prospective Offeror concerning this Announcement, which is necessary in submitting an offer or the lack of which would be prejudicial to any other prospective Offeror(s), will be published as an amendment to this Announcement. Offerors should be alert for any amendments to this announcement. 3.Proposal Information a.Proposal Requirements: The proposal will consist of two volumes, Technical and Cost. (1) Technical Volume: The technical proposal, based on the submitted abstract, is limited to twenty (20) pages, and shall take the form of a draft Program Management Plan (DI-MGMT-81117) to be revised, as necessary, based on negotations, and submitted after any award. All text, including tables and figures, will be written in no less than New Times Roman 12 point font. It must contain the technology description, technical approach, fit of the proposed effort within the D&DT topic, clear statement of objectives, statement of work including a WBS, the TRL assessment, technology transition concept for widespread use, relevant past experience including a listing of the 7 most recent relevant Government contracts/agreements, biographies and capabilities, and a program schedule. This listing of relevant contracts/agreements will include the title of the effort, the original cost and period of performance, the completed cost and period of performance, the Government Point of Contact and the final report number. For cost estimating purposes, all proposals will include the hosting of a kick-off meeting at the Offerors facility and a final briefing to be held at Ft Eustis. (2) Cost Volume: The cost volume of the proposal shall include a funding profile that shows total program cost and cost elements (man-hours, labor categories, materials, travel, and other costs) by month and government fiscal year. This information should be provided for both the total program and for each SOW task. All pricing rates used, and equipment and materials required should be included. The individual tasks proposed must be priced separately in order to facilitate selection and potential award of individual parts of the proposed effort. Cost share or in-kind contributions, if proposed, need to be clearly identified. Subcontractor cost proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. Technical information included within the Cost Proposal will not be evaluated/considered in the rating of technical merit. b.Proposal Submission: Proposals should be marked with the solicitation number and shall be submitted in four paper copies and electronic format on disc (PDF or MS Word) to the Aviation Applied Technology Directorate, Attn: ACC-RSA (Hope McClain), Fort Eustis, VA 23604-5577. Facsimile and electronic proposal submission is not authorized under this Announcement. Proposals submitted after the closing date will be handled in accordance with FAR 52.215-1, Instructions to Offerors-Competitive Acquisition. Unless otherwise specified, proposals will be considered valid for Government acceptance through 31 December 2011. This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Offerors can contact AATD to ask for solicitation clarification. All questions must be emailed to the Contract Specialist at hope.a.mcclain@us.army.mil. Questions received less than 2 weeks prior to the proposal receipt date may not be addressed. Any information given to a prospective Offeror concerning this Announcement, which is necessary in submitting an offer or the lack of which would be prejudicial to any other prospective Offeror(s), will be published as an amendment to this Announcement. Offerors should be alert for any amendments to this Announcement. F.EVALUATION CRITERIA/BASIS FOR AWARD 1.Abstract Evaluation Criteria: Abstracts will be evaluated in accordance with the criteria set forth in this section to determine the overall value to the Government. Abstracts will be evaluated on their own merit without regard to others submitted under this announcement. a.The extent to which the proposed technology satisfies the topic objectives through technologies that support design, qualification and fleet integrity management using D&DT methodology in lieu of or augmenting safe life methodology. b.The merit of the proposed approach to develop and validate the capabilities of proposed technologies and the transition potential to widespread use. This includes the reasonableness of the proposed tasks, schedule, and approach to accomplish the proposed scientific and technical objectives. c.Cost to the Government. The ROM cost will be evaluated for reasonableness and realism based on the proposed technical 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. 2.Proposal Evaluation Criteria: The selection for award will be based on the best value to the Government through a scientific and/or engineering evaluation of proposals in accordance with the criteria set forth in this section. Proposals will be evaluated on their own merit without regard to others submitted under this announcement. a.The extent to which the proposed technology satisfies the topic objectives through technologies that support design, qualification and fleet integrity management using D&DT methodology in lieu of or augmenting safe life methodology. b.The merit of the proposed approach to develop and validate the capabilities of proposed technologies and the transition potential to widespread use. This includes the reasonableness of the proposed tasks, schedule, and approach to accomplish the scientific and technical objectives. c.The capability and availability of the Offeror to accomplish the proposed effort. This includes the experience and qualifications of the proposed personnel, the suitability of the proposed facilities, recent performance on similar efforts, and the availability of (or the ability to generate) required technical and test data to validate the technology. In the case of an offeror without a record of relevant past performance or for whom information on past performance is not available, the offeror may not be evaluated favorably or unfavorably on past performance. d.Cost to the Government. The reasonableness of the Offeror's 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. e.The risk of the proposed effort. This includes an assessment of the technical, schedule, and cost risk associated with the proposed effort. Schedule and cost risk will consider past performance.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/652de02598032ec2f61ede7a03900859)
 
Place of Performance
Address: Aviation Applied Technology Directorate (AMCOM-CC) ATTN: ACC-RSA, Building 401, Lee Boulevard Fort Eustis VA
Zip Code: 23604-5577
 
Record
SN02404108-W 20110320/110318234154-652de02598032ec2f61ede7a03900859 (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.