Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY - FEDBIZOPPS ISSUE OF MAY 10, 2017 FBO #5647
MODIFICATION

A -- Aircraft and Aircrew Protection – Phase 2 (A&AP-2)

Notice Date
5/8/2017
 
Notice Type
Modification/Amendment
 
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 (W911W6) (AATD) (SPS), LEE BLVD BLDG 401, FORT EUSTIS, Virginia, 23604-5577, United States
 
ZIP Code
23604-5577
 
Solicitation Number
W911W6-17-R-0006
 
Point of Contact
Thomas M Helms, Phone: 7578782900, Kenneth E Helms, Phone: 7578785909
 
E-Mail Address
thomas.m.helms6.civ@mail.mil, kenneth.e.helms5.civ@mail.mil
(thomas.m.helms6.civ@mail.mil, kenneth.e.helms5.civ@mail.mil)
 
Small Business Set-Aside
N/A
 
Description
Changes made by this Amendment (8 May 2017) Section "5.0 Required Reporting and Deliverables" will be amended to remove deliverable item number 7, and re-number the remaining items, as indicated below: The award under this announcement will require a kickoff meeting following award. The award will require delivery of the following data items / deliverables: (1) Management Plan; (2) Bi-Monthly Technical and Cost Reports; (3) Briefing Charts [e.g. for status and other meetings] and Special Technical Documents as appropriate; (4) Conceptual Drawings, Group Weight Statements, and System Specifications as appropriate; (5) Final Report; (6) Technology Transition Plan; (7) Final Briefing Charts. **************************************************************** ORIGINAL POSTING **************************************************************** US Army AMRDEC Aviation Development Directorate - Aviation Applied Technology Directorate (ADD-AATD) 401 Lee Blvd Fort Eustis, VA 23604-5577 Broad Agency Announcement (BAA) W911W6-17-R-0003, for Applied Aviation Technologies at FedBizOps https://www.fbo.gov/index?s=opportunity&mode=form&id=c9e952f61e12b282dcbc0b25dde382e7&tab=core&_cview=0 Call Number: W911W6-17-R-0006 Aircraft and Aircrew Protection - Phase 2 (A&AP-2) 1.0 Background & Purpose Aircraft and Aircrew Protection (A&AP) is a two-phase program for 6.3 Advanced Technology Development research and development to demonstrate an integrated platform solution that exemplifies effective total survivability without loss of performance. Total survivability (Reference 1/Attachment 1) encompasses high operational availability (including durability, damage tolerance, and reparability), low susceptibility, and low vulnerability. An integrated approach to aircraft and aircrew protection has been shown to result in significantly greater benefits than an approach using independent solutions (Reference 2/Attachment 2), and this integrated approach is expected to be demonstrated in A&AP. Aircraft and Aircrew Protection - Phase 1 (A&AP-1) was the Government Fiscal Year (GFY) 16-17 trade study portion of A&AP, in which an integrated platform solution is defined for the GFY17-20 technology development effort of Aircraft and Aircrew Protection - Phase 2 (A&AP-2). The objective of A&AP-1 was to define, via multi-disciplinary trade study, a platform solution which fully integrates, at the technology and system levels, structures, vulnerability reduction, and susceptibility reduction technologies applicable to Future Vertical Lift (FVL), to culminate in a follow-on A&AP-2 technology demonstration. The objective of A&AP-2 is to demonstrate (to TRL 6) an integrated platform technology solution that exemplifies effective total survivability for FVL without decreased aircraft performance. A&AP-2 is not expected to fund technology solution definition effort (as in A&AP-1); Offerors proposing to A&AP-2 should be able to define and substantiate an integrated platform technology solution that meets the A&AP-2 objective. This call is for A&AP-2. It is drafted in accordance with the Broad Agency Announcement for Applied Aviation Technologies Directorate, Solicitation Number W911W6-17-R-0003 effective through 11 Jan 2018. Other required instruction and information for proposal submission can also be found in W911W6-17-R-0003. Information included herein applies to this call only. See Section 4.1 and 4.2 below for specific dates and eligibility. 2.0 Scope of Research Effort The objective of the two-phase A&AP program is to fully integrate, at the technology and system levels, structures, vulnerability reduction, and susceptibility reduction technologies applicable to Future Vertical Lift (FVL), and culminate in demonstration supporting an integrated platform solution that exemplifies effective total survivability without loss of performance. Vulnerability reduction encompasses threat tolerance for the platform and crew, including the ability to avoid / absorb damage and avoid destruction once hit and quickly return to service. Susceptibility reduction encompasses threat avoidance, including the ability to avoid both detection and engagement. Structures encompasses components that provide the strength, stiffness, and mechanical stability required for reacting, carrying, or transmitting loads or motions. Multifunctionality that concurrently addresses vulnerability reduction, susceptibility reduction, and structural effectiveness and efficiency is desired to maximize performance and achieve weight savings not otherwise obtainable. Metrics (e.g. operational availability, probability of detection, probability of kill given a hit, crashworthiness index, etc.) used in technology trades and for measuring success during development must be defined as part of any proposed solution. In addition, integrated technology solutions must provide reliable performance and improve survivability against current and emerging Army Aviation threats (operational, environmental, and military threats), yielding enhanced capability compared to the state-of-the-art, at reduced weight. While solutions are to demonstrate structures, vulnerability reduction, and susceptibility reduction technologies, other relevant technologies may be leveraged for the solution even if not within the scope of development for the effort. Solutions must be both durable and maintainable to enable extended service life and minimize life cycle costs, with substantiated performance, weight efficiency, and resulting maturity of Technology Readiness Level (TRL) 6. Solutions are expected to primarily target transition to FVL, though potential transition to the current fleet should be identified. The objective of A&AP Phase 2 (A&AP-2) is to demonstrate (to TRL 6) an integrated platform technology solution that exemplifies effective total survivability for FVL without decreased aircraft performance. A&AP-2 will not fund technology solution definition effort; Offerors proposing to A&AP-2 must be able to define and substantiate an integrated platform technology solution that meets the A&AP-2 objective. Products expected to result from the execution of A&AP-2 include: * Solution that includes integrated susceptibility & vulnerability reduction, full spectrum crashworthiness, platform and battlespace situational awareness, and operational durability * Demonstration of developed technology to TRL 6 * Validation of no decreased aircraft performance * Plan for transition to FVL manned & unmanned platforms, while documenting potential current production Army rotorcraft upgrades Examples of functionalities potentially contributing to A&AP research and development include, but are not limited to: * Conventional threat protection * Crash energy attenuation/management * Lightweight, durable and damage tolerant load-bearing structures * Crashworthy, ballistic tolerant fuel containment * 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 * Platform and battlespace situational awareness * Advanced structural concepts and methods consistent with the Rotorcraft Structural Integrity Program (ADS-89-SP) 3.0 Performance Objectives and Technical Constraints ADD-AATD research and development activities are guided by Aviation Science and Technology Strategic Plan Technical Objectives in various Technical Areas. The A&AP technical requirement has been drafted such that proposed technology solutions will advance multiple Technical Objectives in the areas of Structures, Subsystems, Vulnerability Reduction, and Survivability. 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, mission equipment package (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. * Stress / Load Prediction: Improving loads determination and stress prediction accuracy. Contributions achieved through data mining, global to local stress prediction, non-linear analysis, control laws, embedded sensors, probabilistic methods, and improved understanding of failure initiation and progression. 4.0 Call Specific Instructions This call will use the Proposal Submission Process as described in Section 5.2 of the BAA, as further supplemented below: 4.1 Due Date for Proposals Proposals shall be received not later than 24 May 2017, 1400 EDT. 4.2 Phase 2 Eligibility Proposals for A&AP-2 will be considered from only those Offerors who proposed to the A&AP-1 call. 4.3 Proposal Instructions Specific instructions pertaining to the content and structure of proposals are provided in BAA W911W6-17-R-0003 Sections 5.2.2 and 5.2.3. Offerors should carefully consider the defined evaluation criteria when drafting a proposal. In addition to the content provided in BAA W911W6-17-R-0003 Section 5.2.3, the Offeror shall provide the following: Technical Volume: Offerors shall define and substantiate the proposed integrated solution including its benefits thereof relative to the A&AP-2 objective and the Technical Objectives of interest, and the plan to execute the proposed solution. Technical proposals are subject to a 35 page limit for this call. Pages in excess of the page limitation will not be read or evaluated. Cost Volume: As part of this volume, Offeror's proposing use of a Technology Investment Agreement (TIA) 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. 4.4 Period and Place of Performance Offerors should clearly depict their proposed schedule and place of performance. The period of performance for A&AP-2 technology demonstration efforts are not to extend beyond GFY20 (that is, no later than 30 Sep 2020). Technical effort shall conclude three months prior to the end of the period of performance to enable creation of the Final Report. 4.5 Funding Any award made from this call will be subject to availability of funds. The Government anticipates one award beginning late in the 4th quarter of GFY17 (that is, Sep 2017). Anticipated Government funding is approximately GFY17 $1.0M, GFY18 $3.0M, GFY19 $2.9M, and GFY20 $3.0M, totaling $9.9M. A TIA, with cost sharing of at least 50%, is the desired funding instrument. 4.6 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 cannot be guaranteed. Offerors must have access to or be capable of generating the data required to develop and validate the algorithms or systems proposed. 4.7 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. If classified data is expected to be generated in the course of an award, appropriate security clearances for key personnel and facilities should be substantiated. 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 US firms as Prime Participants / Contractors. Proposed efforts up to the collateral SECRET level will be considered for award. A Contract Security Classification Specification (DD Form 254) with appropriate classification guides will be applied to awards where applicable. 4.8 Data Rights The Government desires "Unlimited Rights" but at a minimum requires "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 / deliverables: (1) Management Plan; (2) Bi-Monthly Technical and Cost Reports; (3) Briefing Charts [e.g. for status and other meetings] and Special Technical Documents as appropriate; (4) Conceptual Drawings, Group Weight Statements, and System Specifications as appropriate; (5) Final Report; (6) Technology Transition Plan; (7) Technology Transition Agreement; and (8) Final Briefing Charts. Each of these deliverables 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, VA upon completion of all technical effort. 6.0 Evaluation Criteria The criteria outlined below (based on W911W6-17-R-0003, paragraph 6.1) will be used to evaluate proposals submitted in response to this call. Selection for award 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, listed in descending order of relative importance, are: Criterion I: The extent to which the proposed effort satisfies the Army research need by use of innovative, efficient, affordable, and suitable solutions to the stated Aircraft and Aircrew Protection - Phase 2 technical objective. 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, as well as 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. The Government's evaluation of Criterion IV will be in two stages. All cost proposals will be evaluated for the realism of the proposed labor categories/mix, subcontracts, travel, materials, any other direct costs, cost share if proposed, and offered data rights. A full cost analysis for reasonableness of proposed rates, both direct and indirect, including any Forward Pricing Rate Agreements, Forward Pricing Rate Recommendations, and/or Forward Pricing Rate Evaluations will be performed only for proposal(s) selected for negotiations. In addition a full evaluation of cost share if proposed will be done at this time. The Government will assign each proposal an overall adjectival rating that takes into consideration an integrated assessment of the risk of successful performance. 7.0 Proposal Submission Instructions This announcement is an expression of interest only and does not commit the Government to pay any proposal preparation costs. Proposals will be considered valid for 210 days from the date that this announcement closes unless specifically stated otherwise. Technical and Cost Proposals must be submitted by 24 May 2017, 1400 EDT and shall be unclassified. Classified responses will not be accepted. Unclassified responses should be submitted electronically via the AMRDEC Safe Access and File Exchange website (https://safe.amrdec.army.mil/SAFE/). Responses should be provided in Microsoft Word or as a portable document format (*.pdf) file. Use the following email addresses as prompted by the site: thomas.m.helms6.civ@mail.mil and hope.a.mcclain.civ@mail.mil. If proprietary or copyrighted information is submitted, please include a statement authorizing the Government to copy and use it within the Government for evaluation purposes. Appropriately marked proprietary information will be properly protected by the U.S. Government. Questions may be submitted in writing via email to both Mr. Thomas Helms at thomas.m.helms6.civ@mail.mil and Ms. Hope McClain at hope.a.mcclain.civ@mail.mil. All questions must be submitted within 14 days prior to the call closing date to ensure a response. Questions and responses received will be posted to FedBizOpps as an amendment, or replied to via official memorandum directly to the offeror, as appropriate. Only materials within page limitations will be evaluated. 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. A copy of any cited reference/clause is available via link http://farsite.hill.af.mil/. This call is issued subject to the availability of funds. Proposals shall be received not later than 24 May 2017, 1400 EDT. 8.1 References The following are attached to this call: 1. AATD Briefing Charts "Total Survivability, Vulnerability Reduction, and Operational Availability", 2005. 2. Aircraft Survivability Journal Paper "Integrated Aircraft and Crew Protection", summer 2014, pp. 11-14, 18. 3. Technology Investment Agreement (TIA) - Template
 
Web Link
FBO.gov Permalink
(https://www.fbo.gov/notices/05e432703033eebcb25754ff7affbf6c)
 
Place of Performance
Address: Aviation Development Directorate – Aviation Applied Technology Directorate, 401 Lee Blvd, Fort Eustis, VA 23604-5577, Fort Eustis, Virginia, 23604-5577, United States
Zip Code: 23604-5577
 
Record
SN04500425-W 20170510/170508235300-05e432703033eebcb25754ff7affbf6c (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.