Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 31,1995 PSA#1273

R&D Contracting, Bldg 7, 2530 C Street, WPAFB OH 45433-7607

A -- A--AERODYNAMIC ANALYSIS FOR THE MULTIDISCIPLINARY DESIGN ENVIRONMENT SOL PRDA NO. 95-03-FIK DUE 031695 POC Contact Marty McKalip, Contract Negotiator, (513) 255-5937 or Lawrence W. Kopa, Contracting Officer, (513) 255-5901. A--INTRODUCTION: Wright Laboratory (WL/FIBA) is interested in receiving proposals (technical and cost) on the research and development effort described below. Proposals in response to this PRDA shall be submitted by 16 MAR 95, 1500 hours EST, addressed to: Wright Laboratory, Directorate of Research and Development Contracting, Marty McKalip, WL/FIKA Bldg 7, 2530 C St, Wright-Patterson AFB OH 45433-7607. Proposals submitted shall be in accordance with this announcement. Proposal submission after the cutoff date specified herein shall be treated IAW restrictions of FAR 52.215-10. A copy of this provision may be obtained from the contracting point of contact. There will be no other solicitation issued in regard to this requirement. Offerors should be alert for any PRDA amendments that may be published. Offerors who do not already have a copy of the current Nov 92 WL Guide entitled ''PRDA and BAA Guide for Industry'' or SF Form 1411 may request a copy from WL/FIKA, Wright-Patterson AFB, OH 45433-7607, (513) 255-5901. This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. This PRDA may be amended to allow for subsequent submission of proposal dates. B-- REQUIREMENTS: (1) Technical Description: Multidisciplinary Design Optimization (MDO) is an emerging technology which holds promise to dramatically improve the aerospace vehicle design process. Through integrating air vehicle structure, aerodynamics and flight control system models, automated design trade-off studies can be performed which enable synergistic design concepts to emerge. MDO has the potential to reduce design time, while generating superior designs. Current Air Force MDO technology includes the Automated STRuctural Optimization System (ASTROS), a FORTRAN-based computer code which includes modeling of air vehicle structure and aerodynamics. ASTROS is, in essence, a combination of a Finite Element Analysis (FEA) code similar to NASTRAN, a set of mathematical optimization algorithms (including Fully Stressed Design and mathematical programming), and a suite of linear panel method aerodynamics solvers (including USSAERO for subsonic/supersonic steady aerodynamics, Doublet-Lattice for subsonic unsteady aerodynamics, and Constant Pressure Method (CPM) for supersonic unsteady aerodynamics). ASTROS has been developed and refined over the last ten years, and the code is now in use at approximately seventy industry, government and university locations. During the past few years, it has become apparent to ASTROS users and developers that the steady aerodynamics and maneuver trim capability in ASTROS are not adequate. Users have had difficulty producing reliable, high-quality airloads over a subsonic and supersonic flight regime for complex aerodynamic planforms across the design envelope. The current steady aerodynamics solver, USSAERO, was chosen due to its ability to treat both subsonic and supersonic flight. Also, since ASTROS is an iterative structural optimization routine, the aerodynamics solver has been limited to a linear method so that it could generate a matrix of Aerodynamic Influence Coefficients (AIC matrix) with maximum computational efficiency. The AIC matrix is then used to compute aeroelastic corrections, for all flight conditions, throughout the design optimization process. The steady airloads module is called only once, at the beginning of the ASTROS procedure, and linear aeroelastic corrections are then made as ASTROS performs an iterative optimization sequence on the structural model. USSAERO is a public domain code based on Woodward aerodynamic theory and was first released in the early 1970's. While adequate to model simple aero dynamic planforms, it does not have the ability to accurately model complex geometries, such as blended wing-body configurations, and wings and stabilizers with multiple leading/trailing edge geometry breaks. It also lacks acceptable documentation and configuration control. The purpose of this task is to develop independent, but ASTROS compatible, steady airloads and maneuver trim modules which provide reliable static subsonic and supersonic airloads for complex aerodynamic planforms. ASTROS currently has the capability to perform a trim solution for symmetric and antisymmetric maneuvers, and generates all necessary information for the computation of aeroelastic performance/efficiency constraints such as but not limited to, lift, roll, hinge moment, and control surface effectiveness. The new capability should not only include symmetric and antisymmetric maneuvers, but should also include asymmetric maneuvers as well. In summary, the offeror must address as a minimum three aspects: streamlining and testing the steady aerodynamic modules (sub and super sonic) based on linear methods to account for symmetric, antisymmetric and asymmetric maneuvers in the presence of multiple control surfaces, provide effective leads to by-pass the aerodynamic data computed by the linear methods in ASTROS and bring in data obtained from existing linear aerodynamic codes, wind tunnel testing,or that obtained from the emerging nonlinear flow solvers, make provisions for interfacing (for analysis only) nonlinear flow solvers and finite element models for future integration into design. It is anticipated that the investigation will have three distinct phases (priced separately), as follows: (a) Development of distinct, realistic, quantitative scenarios anticipated during the maneuver loads computations of fighter, bomber and transport aircraft designs found in aerospace companies, (b) Development of a comprehensive steady airloads module and trim module, which provide necessary information for aeroelastic corrections and constraint/sensitivity calculation, and benchmark/document results based on the test cases outlined in (a); (c) Perform a seamless integration of the capability into the ASTROS version 12 system and perform the test problems from (a). It is recommended that a software company be involved in the integration, following all previously determined ASTROS coding procedures, including use of the memory management system and database, separation of all machine dependent and machine independent code, and source code configuration control. (2) The following deliverable data items shall be required: (a) Status Report DI-MGMT-80368/T quarterly, (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80331/T quarterly, (c) Project Planning Chart, DI-MGMT-80507A/T quarterly, (d) Contractor Funds Status Report (CFSR), DIF- 6004B/T quarterly, (e) Presentation Material, DI-ADMN-81373/T as required, (f) Scientific and Technical Reports, DI-MISC-80711/T, (Draft and Reproducible Finals), (g) Scientific and Technical Reports, Contractor's Billing Voucher, DI-MISC-80711/T quarterly, (h) Computer Software Product End Items, DI-MCCR-80700/T, (i) Software Design Document, DI-MCCR-80012A/T ONE/R, (j) Software User/s Manual, DIMCCR-80019A/T, (k) Software Programmers's Manual, DI-MCCR-80021A/T. (3) Security Requirements: Unclassified (4) Other Special Requirements: (a) The contractor shall be required to visit Wright-Patterson AFB, Ohio for a kickoff meeting to be held 30 days after award of contract and at the program's completion. (b)The International Traffic in Arms Regulation is applicable. C-- ADDITIONAL INFORMATION: (1) Anticipated Period of Performance: The total length of the program shall be 19 months, which includes 4 months for processing/completion of the final documentation. (2) Expected Award Date: 1995 April-June. (3) Government Estimate: 2-3 person- years per contract award. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) is contemplated (5) Government Furnished Property: ASTROS computer code. (6) Size Status: For the purpose of this acquisition, the size standard is 1500 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force point cited below upon deciding to respond to this announcement. Foreign contractors should be aware that restrictions may apply which could preclude their participation in this acquisition. D-- PROPOSAL PREPARATION INSTRUCTIONS: (1) General Instructions: Offerors should apply the restrictive notice prescribed in the provision at FAR 52.215-12, Restriction on Disclosure and Use of Data, to trade secrets or privileged commercial and financial information contained in their proposals. Proposal questions should be directed to one of the points of contact listed elsewhere herein. Offerors should consider instructions contained in the WL PRDA and BAA Guide for Industry referenced in Section A of this announcement. Technical and cost proposals, submitted in separate volumes, are required and must be valid for 180 days. Proposals must reference the above PRDA number. Proposals shall be submitted in an original and five copies All responsible sources may submit a proposal which shall be considered against the criteria set forth herein. Offerors are advised that only contracting officers are legally authorized to contractually bind or otherwise commit the government. (2) Cost Proposal: The accompanying cost proposal/price breakdown shall be supplied on an SF 1411, together with supporting schedules, and shall contain a person-hour breakdown per task. Copies of the above-referenced forms may be obtained from the contracting office cited. (3) Technical Proposal: The technical proposal shall include a discussion of the nature and scope of the research and the technical approach. Additional information on prior work in this area, descriptions of available equipment, data and facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal and are not included in the page limit. The technical proposal shall include a Statement of Work (SOW) detailing the technical tasks proposed to be accomplished under the proposed effort and suitable for contract incorporation. Offerors should refer to the WL Guide referenced in Section A to assist in SOW preparation. Any questions concerning the technical proposal or SOW preparation shall be referred to the technical point of contact cited in this announcement. (4) Page Limitations: The technical proposal shall be limited to 100 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. The page limitation includes all information, i.e. indexes, photographs, foldouts, appendices, attachments, etc., except as stated in paragraph (3) directly above. Pages in excess of this limitation will not be considered by the Government. Cost proposals have no limitations, however, offerors are requested to keep cost proposals to 75 pages as a goal. (5) Preparation Cost: This announcement does not commit the Government to pay for any response preparation cost. The cost of preparing proposals in response to this PRDA is not considered an allowable direct charge to any resulting or any other contract. However, it may be an allowable expense to the normal bid and proposal indirect cost as specified in FAR 31.205-18. E-BASIS FOR AWARD: The selection of one or more sources for contract award will be based on a scientific and/or engineering evaluation of the responses (both technical and cost aspects) to determine the overall merit of each proposal in response to the announcement. The technical aspect, ranked first in priority, shall be evaluated based upon the following criteria, in descending order of importance: (1) the merit or soundness of the proposed ideas to accomplish the scientific and technical objectives of this effort, (2) the offeror's understanding of the requirements, (3) the offeror's demonstrated experience and background with linear steady aerodynamic codes, aeroelasticity, and mathematical optimization algorithms, (4) the degree of risk involved, (5) the flexibility of the software developed for future growth and modification, (6) the qualifications of the offeror's personnel and the available facilities. Cost, which includes consideration of proposed budgets and funding profiles, is ranked as the second order of priority. No other evaluation criteria will be used. The technical and cost information will be evaluated at the same time. The Air Force reserves the right to select for award of a contract, all, part, or none of the proposals received. F-- POINTS OF CONTACT: (1) Technical Contact Point: Engineer, Raymond Kolonay, Wright- Patterson Air Force Base, OH 45433-7542, (513) 255-6992. (2) Contracting/Cost Point of Contact: Contract Negotiator, Marty McKalip, Wright-Patterson Air Force Base, OH 45433-7607, (513) 255-5937. (0027)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950130\A-0001.SOL)


A - Research and Development Index Page