Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF JANUARY 12, 2017 FBO #5529
SOLICITATION NOTICE

A -- SBIR Phase III Topic N02-133 entitled "Sensorless Control of Linear Motors

Notice Date
1/10/2017
 
Notice Type
Justification and Approval (J&A)
 
NAICS
541712 — Research and Development in the Physical, Engineering, and Life Sciences (except Biotechnology)
 
Contracting Office
Department of the Navy, Naval Air Systems Command, Naval Air Warfare Center Aircraft Division Lakehurst, Contracts Department, Hwy. 547 Attn:B562-3C, Lakehurst, New Jersey, 08733-5083
 
ZIP Code
08733-5083
 
Solicitation Number
N68335-17-C-0082
 
Archive Date
2/9/2017
 
Point of Contact
Cynthia Mollo, Phone: 7323237226
 
E-Mail Address
cynthia.mollo@navy.mil
(cynthia.mollo@navy.mil)
 
Small Business Set-Aside
N/A
 
Award Number
N68335-17-C-0082
 
Award Date
1/10/2017
 
Description
SMALL BUSINESS INNOVATION RESEARCH (SBIR) PHASE III JUSTIFICATION & APPROVAL FOR USE OF OTHER THAN FULL AND OPEN COMPETITION 1. Agency and Contracting Activity. Department of the Navy, Naval Air Warfare Center Aircraft Division (NAWC-AD) Lakehurst, NJ 2. Nature/Description of Action(s) Being Approved. This is a justification to award a Small Business Innovation Research (SBIR) Phase III contract to Electro Standards Laboratories (ESL). ESL and NDI Engineering Co. were awarded SBIR Phase I contract numbers N00178-03-C-3042 and N00178-03-C-3041 respectively on 16 December 2002, resulting from Solicitation 02.2, Topic N02-133. Topic N02-133 was titled, "Sensorless Control of Linear Motors." ESL and NDI Engineering Co. were subsequently awarded SBIR Phase II contract numbers N00178-04-C-3041 and N00178-04-C-3004 respectively, on 12 December 2003. Topic N02-133 sought the development of controls for electromagnetic systems that could accurately and reliably estimate the state of the machine without feedback from mechanical sensors. During Phase I, ESL conducted a study to assess the feasibility of advanced control techniques, such as Back-ElectroMotive Force, high frequency induction, and advanced state estimators. During Phase II, ESL developed prototype hardware and software necessary to demonstrate the control system on a linear motor system at NAWC-AD Lakehurst. The Phase I & II efforts developed a control scheme, including hardware and algorithms, which effectively and accurately provided system controls; and proved through analysis, modeling and lab demonstrations that the concepts could meet the stated requirements. ESL was able to successfully demonstrate that such motor control techniques could rival the performance of traditional control techniques. 3. Description of Supplies/Services. This Phase III effort derives from the Phase I and II efforts described in paragraph 2 and is for the continued development of a control system architecture and algorithm(s) to be utilized on the Advanced Arresting Gear (AAG) system's electromagnetic motors and Energy Absorber. This Phase III effort will develop an AAG control system for integration into the existing AAG hardware and software suite. This control system will be based upon analysis, research, and testing. Specific tasks include the design; analysis; testing; coding; integration; and verification of new control algorithms. The improved control system architecture will interface with the larger AAG Dynamic Control System, which is responsible for communications, fault detection, and user interface functions. ESL will analyze and demonstrate acceptable performance, stability or robustness, and sensitivity of the control system architecture throughout the AAG operating envelope, initial conditions, and fault modes. The control system algorithms will be designed to be insensitive to hardware performance variations. ESL will design the control system to provide robust, reliable, and safe system operation. ESL will verify that the control system meets industry standard margins for man-rated control systems once integrated into the AAG hardware and software suite. The improved control system will be fielded to enable the AAG system to meet its performance requirements across the entire AAG performance envelope. This control system will be installed, tested and qualified on the AAG system at NAWC-AD Lakehurst's test facility. Subsequently, the control system improvements will be installed on the AAG system aboard CVN-78 for fleet operational use. 4. Identification of Statutory Authority. 10 U.S.C. 2304(c)(5), as implemented by FAR 6.302-5: Authorized or Required by Statute. 15 U.S.C. 638(r)(1) states: "In the case of a small business concern that is awarded a funding agreement for Phase II of an SBIR or STTR program, a Federal agency may enter into a Phase III agreement with that business concern for additional work to be performed during or after the Phase II period. " Furthermore, 15 U.S.C. 638(r)(4) states: "To the greatest extent practicable, Federal agencies and Federal prime contractors shall issue Phase III awards relating to technology, including sole source awards, to the SBIR and STTR award recipients that developed the technology." 5. Demonstration that Proposed Contractor's Unique Qualifications or Nature of Acquisition Requires Use of Authority Cited. The nature of the acquisition requires the use of the authority cited. The SBIR/STTR Programs are structured in three phases. Phase I (project feasibility) determines the scientific, technical and commercial merit and feasibility of the ideas submitted. Phase II (project development to prototype) is the major research and development effort, funding the prototyping and demonstration of the most promising Phase I projects. Phase III (commercialization) is the ultimate goal of the SBIR/STTR Programs. Because the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II, use of the authority cited is required. 6. Description of Efforts Made to Ensure Offerors Were Solicited From as Many Potential Sources as Practicable/ Public Notification through Government Point of Entry (GPE). The topic for this effort was included in the Department of Defense Program Competitive Solicitation issued under the SBIR Program. As described above, only ESL is being considered for Phase III award due to the nature of the acquisition. In accordance with FAR 5.202(a)(7), this proposed contract action does not require public notification to the GPE. 7. Determination of Fair and Reasonable Cost. The Contracting Officer will determine prior to award that the negotiated price of the contract executed under this justification is fair and reasonable pursuant to FAR Subpart 15.4. This determination will be documented in a Business Clearance Memorandum, which will be included in the contract file. 8. Description of Market Research or Statement of the Reason Market Research was not Conducted. FAR 10.001(a)(2) indicates that market research appropriate to the circumstances must be conducted. SBIR Phase III procurements are such that traditional market research to identify alternative sources is generally unnecessary. As described above, the Phase III work derives from, extends, or completes efforts performed under Phase I and Phase II. 9. Any Other Supporting Facts. Not applicable. 10. Listing of Interested Sources. Not applicable. 11. Actions Taken to Remove Barriers to Future Competition. The Contracting Officer anticipates that competitors will enter the market once the product is commercialized. It is likely that future acquisitions will be competed using full and open competition and commercial item acquisition procedures. The Contracting Officer is not aware of any specific actions that would further remove barriers to competition. 12. Period of Performance. Base: 10 months Options: None 13. Total Estimated Dollar Value of the Acquisition Covered by this J&A, with Funding Specified by Year and Appropriation. 14. Actions Attempted to Make Immediate Acquisition Competitive and Cost/Benefit Analysis No actions were attempted to make the immediate acquisition competitive; no cost/benefit analysis was performed. As described above, only ESL is being considered for Phase III award due to the nature of the acquisition.
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/spg/DON/NAVAIR/N68335/N68335-17-C-0082/listing.html)
 
Record
SN04367857-W 20170112/170110234321-21a0267048187c8b03b8f53fef922cb4 (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  © 1994-2020, Loren Data Corp.