MODIFICATION
A -- Adaptive Biomimetic Aircraft Structures (ABAS)
- Notice Date
- 7/12/2017
- 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 (W91215) FT EUSTIS - (SPS), LEE BLVD BLDG 401, Fort Eustis, Virginia, 23604-5577, United States
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-17-R-0018
- Archive Date
- 8/15/2017
- Point of Contact
- Hope A. McClain, Phone: 7578782993
- E-Mail Address
-
hope.a.mcclain.civ@mail.mil
(hope.a.mcclain.civ@mail.mil)
- Small Business Set-Aside
- N/A
- Description
- Table of Contents 1.0 Introduction 2.0 Scope of Research Effort 3.0 Call Specific Instructions 3.1 Proposal Instructions 3.1.1 First Step 3.1.2 Second Step 3.2 Period and Place of Performance 3.3 Funding 3.4 Data Rights 3.5 Order of Precedence 4.0 Required Reporting and Deliverables 5.0 Evaluation Criteria 6.0 White Paper/Proposal Submission Instructions 6.1 White Paper Submission Instructions 6.2 Proposal Submission Instructions 1.0 Introduction Call number W911W6-17-R-0018, Adaptive Biomimetic Aircraft Structures (ABAS), solicits proposals for research and development to develop innovative, weight-efficient, biomimetic structural concepts capable of adapting to meet specific aircraft performance needs, without compromising structural integrity. Call W911W6-17-R-0018 is issued in accordance with the Master Broad Agency Announcement (BAA) W911W6-17-R-0003 effective January 11, 2017 - January 11, 2018 posted at www.fbo.gov. Other required instruction and information for proposal submission can be found in the Master BAA for Aviation Applied Technology Directorate/ Aviation Development Directorate (AATD/ADD), W911W6-17-R-0003. Information included herein applies to call number W911W6-17-R-0018 only. 2.0 Scope of Research Effort Current Army aircraft lack the speed, range and payload needed to maintain tactical overmatch in the anticipated future battlefield. Contributing to this performance shortfall is the single-configuration design of today's aircraft structures. Current airframes, rotor blades, wings, control surfaces, and other structures are a design compromise for all expected flight conditions and missions. Army Aviation needs structures technology enabling real-time, on-the-fly adaptation to configurations optimized for different flight conditions or missions, enhancing capability via gains in speed, range, and payload. Nature provides numerous examples of biological structures adapting to various environments and situations. Mimicking these natural phenomena can inspire efficient structures enabling more capable, higher performance aircraft. The objective of ABAS is to develop innovative biomimetic structural concepts capable of adapting to meet specific aircraft performance needs, without compromising structural integrity. Improvements are desired through weight-efficient concepts capable of optimizing aircraft structural and aerodynamic configuration for expected flight conditions (environment and regimes) or missions. Improvements in aircraft survivability or operational availability resulting from the adaptive biomimetic concepts are of secondary interest. The Government desires technology applicable to all Army aviation assets, both manned and unmanned. Proposed ABAS concepts applicable to multiple aircraft types and providing broad benefits (e.g. performance, survivability, and operational availability) are desired; however, comprehensive applicability and benefits beyond improved performance are not required. 3.0 Call Specific Instructions This call will use the Two-Step White Paper/Proposal Submission Process as described in section 5 of the Master Broad Agency Announcement, as amended and further supplemented below: 3.1 White Papers/Proposal Instructions Specific instructions pertaining to the content and structure of provided white papers and proposals are provided in BAA W911W6-17-R-0003. Offerors are advised that the quality of the information in the submission is significantly more important than quantity. Offerors should confine the submissions to essential matters providing sufficient information to define their offer and establish an adequate basis for the Government to conduct its evaluation. Offerors should also carefully consider the defined evaluation criteria when drafting a proposal. In addition to the content provided in the BAA, W911W6-17-R-0003, paragraphs 5.1.1 and 5.2.3 Offerors shall provide the following: 3.1.1 First Step - White Papers White papers should clearly state how the proposed effort applies to the stated ABAS objective. White papers submitted should contain essential details of the proposed approach, background information, rationale, detailed elaboration, and other information as space allows. White papers shall be limited to three pages excluding the cover page. Upon completion of Government evaluation of the white papers, the Government will request full proposals from those offerors whose white papers were evaluated as being scientifically meritorious under the evaluation criteria and show the potential for selection for award. The Government invitation for submission of a full proposal does not necessarily mean the Government will select the full proposal for award. 3.1.2 Second Step - Proposals Technical Volume: The technical volume should describe the proposed technology as well as the approach and capability to develop it. The offeror must substantiate the benefits of the proposed technology as well as its applicability to the stated objective of ABAS. Technical proposal shall be limited to 25 pages. In addition to page count exclusions listed in the Master BAA, section dividers, list of figures/tables, glossary of terms, and cross-referencing indices will also not count as part of the 25-page limit. Pages in excess of the page limitations will not be read or evaluated. Cost Volume: The Master BAA Section 3.3 states the available contracting vehicles. It is the Offeror's responsibility to state in the cost volume the desired contractual instrument it proposes to use as a funding mechanism. 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. 3.2 Period and Place of Performance Offerors submitting full proposals should clearly depict their proposed schedule and place of performance. The period of performance for research efforts are anticipated not to exceed 30 months. 3.3 Funding Any award made from this call will be subject to availability of funds. The Government anticipates at least three awards in the 2nd quarter of the Government FY18. Anticipated total Government funding is approximately $1.5M total (6.2 funds). Government fiscal year distribution is as follows: FY18 $300K, FY19 $400K and FY20 $800K. A variety of funding instruments are available for award see section 3.3 of the Master BAA for information on types of funding instruments available. 3.4 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 in the proposal, the proposed data rights for technical data, computer software and each deliverable. Ambiguities will be negatively evaluated against the Offeror. 3.5 Order of Precedence Any inconsistency in this Call and the Master BAA (W911W6-17-R-0003) shall be resolved by giving precedence to the language stated in this Call. 4.0 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) Test Plan (If Applicable); and (5) Final Report. 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. 5.0 Evaluation Criteria The criteria outlined below will be used to evaluate White Papers and Proposals submitted in response to this call. The selection of White Papers and Proposals will be based on a peer/scientific review. Submissions will be evaluated on their own merit without regard to others submitted under this announcement. The Government will evaluate white papers and proposals using the Technical Evaluation Criteria as stated in Section 6.1 of the Master BAA (W911W6-17-R-0003) with the following exceptions: Criterion II is amended to read: The merit of the proposed approach (including reasonableness of the proposed tasks and schedule) to accomplish the scientific and technical objectives of the proposed effort. Criterion IV is removed from the list Technical Evaluation Criteria. Section 6.2. Cost/Price Criteria of the Master BAA (W911W6-17-R-0003) is amended to incorporate the former Technical Evaluation Criterion IV and hereby amended to read: The Government will evaluate each offeror's white papers and proposals for reasonableness. Reasonableness includes the realism of the cost elements (labor hours, labor categories/mix, subcontracts, travel, materials, and any other direct costs), any proposed cost share. White papers and proposals will be analyzed to determine whether the proposed cost is realistic for the work to be performed, reflects a clear understanding of the requirements, is consistent with the offeror's proposed technical approach, and is affordable. The Government will assess the offered rights in technical data relative to the Government's goal of obtaining either the desired Unlimited Rights or the baseline of Government Purpose Rights. Under the Master BAA (W911W6-17-R-0003) section 6.4. Evaluation Standards & Terms, paragraph 6.4.2. is added as follows: 6.4.2 Cost/Price Criteria Reasonable The proposed cost/price is determined to be realistic, allowable, needed to meet the Government's objective, and within what is prudent to spend for the expected outcome. Not Reasonable The proposed cost/price is not determined to be realistic, allowable, needed to meet the Government's objective, or within what is prudent to spend for the expected outcome. The Government reserves the right to award to a lower rated proposal based upon consideration of balancing research and development investment across the overall Government research and development projects portfolio. 6.0 White Paper/Proposal Categories 6.1 White Paper Categories After evaluation of all white papers submitted, white papers will be categorized based on merit as well as anticipated funding available. White papers will be categorized as either "Recommended for proposal" or "Not recommended for proposal". Offerors whose white paper was categorized as "Recommended for proposal" will be invited to submit a proposal. As indicated in the Master BAA, the Government may elect to invite an offeror to submit a proposal based on any, all or part of the white paper. Invitation to submit a proposal does not guarantee the proposal submitted will be awarded. It is anticipated that more invitations will be sent than can be awarded. 6.2 Proposal Categories After evaluation of all proposals submitted, proposals will be categorized based on merit as well as anticipated funding available. Proposals will be categorized as follows: Category I: Well-conceived, scientifically or technically sound proposals pertinent to program goals and objectives with applicability to DoD mission needs, and offered by a responsible offeror with the competent scientific and technical staff and supporting resources needed to ensure satisfactory program results. White papers/proposals (or portions thereof) in Category I are recommended for acceptance and funding is available. Category II: Scientifically or technically sound proposals that may require further development and can be recommended for acceptance, but are at a lower priority than Category I. White papers/proposals in this category are not always funded. Category III: Proposals which are recommended for rejection for the particular call under consideration. 7.0 White Paper/Proposal Submission Instructions 7.1 White Paper Submission Instructions White Papers shall be valid for a period of six months from the closing date of this call. White Papers shall be provided in electronic format. White Papers shall be submitted via AMRDEC Safe Access File Exchange (SAFE): https://safe.amrdec.army.mil/safe/, to AATD/ADD, Attn: CCAM-RDT, Hope McClain, Bldg. 401 Lee Blvd., Fort Eustis, VA 23604-5577; hope.a.mcclain.civ@mail.mil. White papers shall be received not later than 31 July 2017; 1400 eastern time. 7.2 Proposal Submission Instructions Proposals shall be valid for a period of six months from government receipt. Technical and cost proposals shall be provided in electronic format. The cost proposal shall be provided in the offerors format as well as Excel format for cost verification purposes. Proposals shall be submitted via AMRDEC Safe Access File Exchange (SAFE): https://safe.amrdec.army.mil/safe/ to AATD/ADD, Attn: CCAM-RDT, Hope McClain, Bld. 401 Lee Blvd., Fort Eustis, VA 23604-5577; hope.a.mcclain.civ@mail.mil. Further proposal submission instructions will be included in a letter sent to offerors invited to submit full proposals. Questions may be submitted in writing via email to Hope McClain, hope.a.mcclain.civ@mail.mil. All questions must be submitted no later than 14 days prior to the call closing date to ensure a response. All substantive questions and responses received which can be answered without revealing sensitive information will be posted to FedBizOpps as an amendment to the call. White Papers and Proposals received after the date and time specified for closing will be handled in accordance with the Master BAA.
- Web Link
-
FBO.gov Permalink
(https://www.fbo.gov/notices/98851d82aeab510c827d678de6d67bf2)
- Record
- SN04577229-W 20170714/170712235514-98851d82aeab510c827d678de6d67bf2 (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 |