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