Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF OCTOBER 17, 2015 FBO #5076
SPECIAL NOTICE

A -- Multifunctional Aircraft Technology for Survivability (MATS) - TIA TEMPLATE

Notice Date
10/15/2015
 
Notice Type
Special Notice
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Army, Army Contracting Command, ACC - RSA - FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-16-R-0003
 
Archive Date
12/18/2015
 
Point of Contact
Renata Y. Ellington, Phone: 757-878-0086, Laurie Pierce, Phone: 757-878-2071
 
E-Mail Address
renata.y.ellington.civ@mail.mil, laurie.a.pierce2@civ.mail.mil
(renata.y.ellington.civ@mail.mil, laurie.a.pierce2@civ.mail.mil)
 
Small Business Set-Aside
N/A
 
Description
TIA TEMPLATE 1.0 Purpose & Background Call number W911W6-16-R-0003, Multifunctional Aircraft Technology for Survivability, solicits proposals for research and development to synergistically merge vulnerability reduction technology, susceptibility reduction technology, and rotorcraft structures technology to develop lightweight Multifunctional Aircraft Technology (MAT). This call is drafted in accordance with the Broad Agency Announcement for Applied Aviation Technologies, Solicitation Number W911W6-15-R-0004 effective from January 7, 2015 - January 6, 2016. Information included herein applies to this call number only. Other required instruction and information for proposal submission can be found in the Broad Agency Announcement for Applied Aviation Technologies, Solicitation Number W911W6-15-R-0004. 2.0 Scope of Research Effort Applied Research must synergistically merge vulnerability reduction technology, susceptibility reduction technology, and rotorcraft structures technology to develop lightweight Multifunctional Aircraft Technology for Survivability (MATS). Vulnerability reduction is defined as threat tolerance for the platform and crew, which includes the ability to avoid / absorb damage and avoid destruction once hit and quickly return to service. Susceptibility reduction is defined as threat avoidance, which includes avoiding both detection and engagement. Rotorcraft structures are defined as airframe structural elements and dynamic components reacting, carrying, or transmitting forces or motions required for stiffness and mechanical stability. In order to maximize performance and achieve weight savings not otherwise obtainable, the Government desires multifunctionality that concurrently addresses all three areas of interest (vulnerability reduction, susceptibility reduction, and structures); however, synergistic merging of at least two of the three areas is required. MATS solutions must be both durable and maintainable to enable extended service life and minimize life cycle costs. MATS must exhibit reliable performance and improve survivability against current and emerging Army Aviation threats (operational, environmental, and military threats). MATS solutions are expected to deliver enhanced technical capability in comparison to current state-of-the-art at an overall reduced weight. Where current state-of-the-art technology does not exist for comparison, substantiation validating the utility of the MATS solution as a weight efficient solution must be provided. Modeling, analysis, and testing efforts are required to substantiate the enhanced multifunctional performance, predict/verify the capability envelope, and achieve the desired maturity of Technology Readiness Level (TRL) 4. Functionalities of interest for MATS research and development include, but are not limited to: • Active and passive multifunctional situation awareness sensing • Thermal management • Vibration and/or noise, radar cross-section, and heat signature reduction • Power and signal transfer for aircraft survivability equipment, degraded visual environment, or other equipment systems • High energy electromagnetic threat protection • Aircraft occupant eye protection from laser threats and hazards • Conventional threat protection • Crash energy attenuation/management • Durable and damage tolerant load-bearing • Fuel containment 3.0 Performance Objectives and Technical Constraints Aviation Applied Technology Directorate Research and Development activities are guided by Aviation Science and Technology Strategic Plan Technical Objectives in various Technical Areas. The MATS technical requirement has been drafted such that proposed technology solutions will advance multiple Technical Objectives. The Technical Objectives of interest are listed below. Technical Objectives of Interest • Parasitic Weight: Reducing add-on, non-primary weight from mission enablers. Contributions achieved through multifunctional structure, embedded components, application of composites, smart / adaptive structures, lightweight design, better understanding of variability effects on structural response. • Full-Spectrum Crashworthiness: Reduce occupant vulnerability to crash across a wide range of aircraft classes and terrains; measured by increased Crashworthiness Index (CI); contributions achieved through improved modeling, improved energy-absorbing fuselage design, full-scale drop tests, etc. • Structural Efficiency: Improving the specific load capability per pound of component structure. Contributions achieved through structural concepts, loads prediction, static / dynamic stress analysis, prognostic, and embedded sensors. • Improved Conventional Threat Protection: Reduce aircraft and crew vulnerability to conventional threats at improved range (increased remaining velocity) and decreased weight penalty (lower areal density). • Improved Energy Attenuating Devices: Reduce occupant fatalities and injuries and provide optimum aircraft/occupant protection through effective control and management of advanced energy attenuation subsystems, which are adaptive to full spectrum landing and crash impact conditions and a wide range of occupant sizes/weights and aircraft weights. • Improved Self-sealing Fuel Systems: Improve self-sealing performance (with conventional and alternative aviation fuels) and weight reduction while maintaining crashworthiness. • High Energy Threat Vulnerability: Reduce system-level vulnerability of aircraft and occupants to high-energy threats with no additional weight penalty; measured by reduced system-level probability of kill given a hit; contributions achieved through damage-adaptive flight controls, integration of laser protection, structural hardening, damage tolerant structural design, fire detection and suppression systems, MEP (avionics) hardening, etc. • Multi-spectral Signature Reduction: Reduce system-level aircraft susceptibility through signature management in ultraviolet, visible, infrared and radio frequency spectral bands; measured by reduction in aircraft signature against a cluttered background; contributions achieved through thermal management, spectrally-tuned coatings, materials that absorb, scatter, or reflect energy in bands of interest, structural shaping, etc. • Durability and Damage Tolerance: Increasing the resistance to, and performance level in the presence of, structural damage. Contributions achieved through tough, high strain capable structures; designing for repair and inspectibility; load and damage sensing; probabilistic integrity determination. 4.0 Call Specific Instructions This call will use the Proposal Submission Process as described in 5.2 of the Broad Agency Announcement, as further supplemented below: 4.1 Due Date for Proposals As stated in the FedBizOps Announcement 4.2 Proposal Instructions Specific instructions pertaining to the content and structure of provided proposals are provided in BAA W911W6-15-R-0004, paragraphs 5.2.2 and 5.2.3. Technical proposal are subject to a 25 page limit for this Call. In addition to the content provided in the BAA, W911W6-15-R-0004, paragraph 5.2.3, the offeror shall provide the following: Technical Volume: The offeror shall provide justification of the selection of the technologies and solution proposed, benefits of the proposed solution relative to the MATS objective, and a plan to develop the technology. Cost Volume: As part of this volume, Offeror's proposing use of a TIA, either as a Cooperative Agreement or OT, shall include the draft TIA provided by the Government with proposed changes clearly marked to facilitate Government evaluation of the proposal. If a foreign entity is participating as part of a prime's team, the cost volume shall clearly identify such participant and the Offeror's planned compliance with U.S. export controls, including any required export licensing. 4.3 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. The period of performance for research efforts are anticipated not to exceed 18 months. 4.4 Funding Any award made from this call will be subject to availability of funds. The Government anticipates multiple awards beginning in the 2nd quarter of the Government FY16. Anticipated Government funding is approximately $4.056M total (6.2 funds). Government fiscal year distribution is as follows: FY16 $1.115M and FY17 $2.941M. Cost share, Technology Investment Agreements are desired 4.5 Required Government Facilities, Property, and Data It is the Offeror's responsibility to identify, coordinate, and furnish supporting documentation in the proposal for use of any Government furnished facilities, equipment, or property. Government furnished data will not be provided. Offerors must have access to or be capable of generating the data required to develop and validate the algorithms or systems proposed. 4.6 Security 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 e t. seq.) or the Export Administration Act of 1979, as amended, Title 50, U.S.C. App. 2401 et. seq. Prior to award, the successful offeror will be required to provide an Export-Controlled DoD Data Agreement certification number issued in accordance with DoD Directive 5230.25. This certification number may be requested from the Defense Logistics Services Center, ATTN: DLSC-FBA Federal Center, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Pre-award access to or submission of a classified proposal is not authorized. This Announcement is limited to U.S. firms as Prime Contractors. Proposed effort at the collateral SECRET level or below will be considered for award. DD254 classification guides will be applied to awards when applicable. 4.7 Data Rights The Government desires, "Unlimited Rights", but requires at a minimum, "Government Purpose Rights" as defined by DFARS Part 227, to all technical data, deliverables, and computer software developed under this program, and no limitations on the use of delivered and/or residual hardware, exempting background data assertions. It is the Offeror's responsibility to clearly define the proposed data rights for technical data, computer software and each deliverable. Ambiguities will be negatively evaluated against the Offeror. 5.0 Required Reporting and Deliverables The award under this announcement will require a kickoff meeting following award. The award will require delivery of the following data items or deliverables: (1) Program Management Plan, (2) Bi-Monthly Technical and Cost Reports, (3) Final Report, (4) Final Briefing Charts (5), and (6) Test Plans. (Note: Each of these items shall be delivered in the Offeror's format). All awards will include a requirement to present the results of the work in a final briefing at Ft. Eustis, Virginia upon completion of all technical effort. 6.0 Evaluation Criteria The criteria outlined below will be used to evaluate proposals submitted in response to this call. The selection of proposals will be based on a peer/scientific review of proposals (both technical and cost as it relates to technical effort). Proposals will be evaluated on their own merit without regard to others submitted under this announcement. The four evaluation criteria include: Criterion I: The extent to which the proposed effort satisfies the Multifunctional Aircraft Technology for Survivability topic call by use of innovative, synergistic, efficient, and suitable solutions. Criterion II: The merit of the proposed approach (including reasonableness of the proposed tasks and schedule) to accomplish the scientific and technical objectives. Criterion III: The capability of the Offeror to accomplish the proposed effort, which includes suitability and availability of personnel and facilities, needed security clearances for personnel and facilities, any necessary data, and past performance. Criterion IV: The reasonableness of the Offeror's proposed cost to the Government, which includes the realism of the cost elements (labor hours, labor categories/mix, subcontracts, travel, materials, and any other direct costs), any proposed cost share, and offered data rights. Criteria I and II are more important than Criteria III and IV. The Government will assign each proposal an overall risk rating based upon an integrated assessment of the risk of successful performance. 7.0 Other Information In addition to the information provided in BAA, W911W6-15-R-0004, paragraph 7.4 the following applies. If proposing a procurement contract, offerors shall incorporate the subcontracting plan as part of the offeror's cost proposal submission. DFARS 226.370-8 discusses subcontracting incentive and goals with the Historically Black Colleges and Universities and Minority Institutions. DFARS 219.708(b)(1)(A) and (B), discusses the appropriate use of DFARS Clauses 252.219-7003 and 252.219-7004 in solicitations and contract related to small, small disadvantaged and women owned small business subcontracting plans. Offerors are cautioned that in solicitations where subcontracting opportunities exist, the Government will not execute a contract unless the Contracting Officer determines that the negotiated plan provides the maximum practicable opportunity for SBs, SDB, WOSB, HUBZone, and Veteran-owned Small Business concerns or HBCUs/MIs to participate in the performance of the contract. Offerors should note that DFARS 219.705-4 provides for a goal of 5% for SDB concerns and HBCUs/MIs. 8.0 Proposal Submission Instructions Proposals shall be submitted to AATD, Attn: CCAM-RDT, Renata Ellington, Bld. 401 Lee Blvd., Fort Eustis, VA 23604-5577. Proposal Submission Instructions: Proposal preparation costs are not authorized. Proposals shall be valid for a period of six months from the closing date of this call. Technical and cost proposals shall be provided in original plus 3 paper copies and one electronic copy (CD ROM disk format). The cost proposal shall be provided in Excel format for cost verification purposes. Proposals shall be submitted to AATD, Attn: CCAM-RDT, Renata Ellington, Bld. 401 Lee Blvd., Fort Eustis, VA 23604-5577. Questions may be submitted in writing via email to Renata Ellington, renata.y.ellington.civ@mail.mil or Laurie Pierce, laurie.a.pierce2.civ@mail.mil. All questions must be submitted within 14 days prior to the call closing date to ensure a response. All questions and responses received will be posted to FedBizOps as an amendment to the call. Proposals received after the date and time specified for closing will be handled in accordance with FAR 52.215-1, Instructions to Offerors - Competitive Acquisition. This call is issued subject to the availability of funds. Proposals shall be received not later than 3 December 2015; 1400 local time.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/df03b893a9b04100c6aac304a77bc2d1)
 
Place of Performance
Address: BLDG. 401 LEE BLVD, FT EUSTIS, Virginia, 23604, United States
Zip Code: 23604
 
Record
SN03922224-W 20151017/151015234221-df03b893a9b04100c6aac304a77bc2d1 (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.