Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 1,1995 PSA#1274

AFFTC/PKAE Directorate of Contracting, 5 S. Wolfe Ave., Edwards AFB, CA 93524-1185

A -- INTEGRATED HIGH PAYOFF ROCKET PROPULSION TECHNOLOGY (IHPRPT) I AN NOUNCEMENT (PRDA) 95-01-PKAE SOL PRDA 95-01-PKAE DUE 031795 POC Eileen Hipe, Contract Negotiator, (805) 277-3900 Ext 2234 Liliana J. Michaleski, Contracting Officer, (805) 277-3900 Ext 2229. Integrated High Payoff Rocket Propulsion Technology (IHPRPT) I initiative Program Research and Development Announcement (PRDA) 95-01-PKAE. The Phillips Laboratory, Edwards AFB, CA, Propulsion Directorate (OLAC PL/RK) is interested in receiving proposals (technical/management and cost) on the projects described below. Responses are sought to develop an advanced technology base for rocket propulsion concepts and components aimed at supporting the IHPRPT initiative. The IHPRPT initiative is a DoD/NASA/Industry coordinated effort to develop revolutionary and innovative technologies by the year 2010 that will permit a doubling of rocket propulsion capabilities over the 1993 state-of-the-art technology. The following exploratory development and advanced development technology areas and projects represent the immediate technology challenges for the IHPRPT initiative. Projects should contribute significantly towards achieving the technology area objectives summarized below and provided in a supplemental package. Proposals should be focused on the following areas: A: Exploratory Development areas: (1) Combustion and Energy Conversion Technology Area - (a) Combustion chambers which will increase the available heat for use to power the turbopumps of an expander cycle engine. The target for the chamber pressure of this expander cycle engine is 1200-1500 psi. This program should demonstrate the materials and fabrication techniques by producing a hot-fireable full-scale thrust chamber. (b) High angle thrust vector actuation (TVA) technology with anti-slag retention and null-angle return features for improved mass fraction and stage-delivered Isp. (c) Advanced, compact pintle nozzles for high motor propulsion efficiency at high turndown ratio motor operation. (d) Integrated nozzle component technology for low-cost materials and motor assembly using polyacrylonitril (PAN) composite nozzle materials. (2) Controls Technology Area - Electromechanical actuators for TVA systems, incorporating improved power management and control technology. (3) Propellant Management Technology Area - High performance case and case resin technology that may include lighter weight resins, lower cost resins, quick curing resin systems, and optimized structures. (4) Propellants Technology Area - (a) Solid propellant fuels and ingredients technology directed toward performance increases. Task strategies will include chlorine elimination, particulate reduction, and environmental compatibility. (b) Integrated solid rocket motor design technology incorporating high-fidelity representation of motor loads, structural response, and ballistic response. (c) Reduced safety-hazard operations from motor manufacturing enhancements directed towards motor launch assembly procedures. (d) Identify, synthesize, and test fire, in a small rocket thruster, a new monopropellant with a significantly higher specific impulse than hydrazine. B: Advanced Development area: (1) Propellants Technology Area - Advanced development demonstration of a practical propulsion system from manufacturing through disposal. (2) Propellant Management Technology Area - Develop improved prepreg materials to reduce motor case manufacturing costs. Responses may be submitted on all or parts of this PRDA and shall include a Statement of Work and detailed cost breakout as described in the supplemental package available upon request. The selection of the source for contract award shall be based upon a scientific and engineering evaluation of the proposal. This evaluation shall consider technical/management aspects and cost as related to technical effort. The purpose of this evaluation is to determine the relative merit of the technical approach proposed in response to this announcement. New and creative efforts and solutions to the technical areas of interest are of primary importance and will be ranked as first priority in the evaluation. The technical and management evaluation shall be evaluated based on the following criteria which are of equal importance: (a) innovative solutions to meeting the technical objectives as stated, (b) the offeror's understanding of the scope of the technical effort, (c) soundness of offeror's technical approach, (d) demonstrated knowledge of the current state of the art and experience with applicable technologies, (e) the availability of the necessary resources to successfully accomplish the proposed technical objectives, these resources include the experience and competence of technical and management personnel and the availability, from any source, of required laboratory, shop, and test facilities, and (f) organization, clarity, and thoroughness of the proposed SOW. Cost factors as they relate to the technical effort will be ranked as second priority in the evaluation criteria process. The cost evaluation criteria will include: (a) reasonableness, realism, and completeness of cost in relation to the technical risk, (b) basis of estimated engineering, fabrication, and test costs, and (c) appropriate distribution and adequacy of estimated costs in relation to elements of the proposed technical effort. No further evaluation criteria will be used in selecting the proposals. The technical and cost information will be evaluated at the same time. Proposer's past and present performance, although not an evaluation factor, will be a general consideration in the PRDA selection. Proposers are advised that representatives from DoD and NASA, as well as employees of Aerospace Corporation and SPARTA, Inc. may assist the Government as advisors in performing technical evaluations of proposals submitted under this announcement. These advisors will be authorized access to only those portions of the proposal data and discussions that are necessary to enable them to provide specific technical advice on specialized matters, or on particular problems. Non DoD and non NASA advisors will be expressly prohibited from participating in any cost or pricing evaluations/ negotiations, nor will they be allowed access to such data. Responses should, therefore, be submitted with separate technical/management and cost volumes. Responses must provide new and unique concepts, ideas, or approaches in order to qualify for evaluation and consideration for award. Responses from all responsible sources will be considered. However, foreign firms are advised they will not be allowed to participate as the prime contractor. The Standard Industry Code (SIC) applicable to this acquisition is 8731 with 1000 employees. Responses to this announcement should be unclassified. The Technical/Management volume should not exceed 100 pages, double spaced, single sided, 12 pitch or greater. There is no maximum limit for the Cost volume, but no more than 100 pages is suggested. Proposals shall be valid for 180 days. A supplemental package will contain additional technical and proposal preparation information necessary to respond to this announcement. To obtain the supplemental package proposers should contact the Contract Negotiators, Ms. Eileen Hipe or Ms. Penny Barnhill, at AFFTC/PKAE, (805) 277-3900, extension 2234 or extension 2235, respectively. All information contained in this synopsis and supplemental package is available on the OASIS Bulletin Board and can be accessed by calling (805) 277-4519. Point of contact for the Bulletin Board is Ms Jan Borges at (805) 277-3900, extension 2291. Proposals in response to this PRDA shall reference the technical project being proposed against as well as PRDA 95-01-PKAE and shall be submitted by 3:00 PM Pacific Standard Time on 17 Mar 95 addressed to Directorate of Contracting, ATTN: Ms. Eileen Hipe, AFFTC/PKAE, 5 S. Wolfe Ave., Edwards AFB, CA 93524-1185. One original and ten copies of the technical/management volume, with one original and six copies of the cost volume are requested. Proposal submission after the cutoff date specified herein shall be treated in accordance with the restrictions of FAR 52.215-10. A copy of this provision may be obtained from the contracting point of contact. Anticipated type of contract to be awarded is cost-plus-fixed-fee. Anticipated award dates range from May through July 1995. The cost of preparing proposals in response to this announcement is not an allowable direct charge to any resulting contract or any other contract, but it may be an allowable expense to the normal bid and proposal indirect cost specified in FAR 31.205-18. The Air Force reserves the right to select for contract award any, all, part, or none of the responses received to this announcement. Multiple awards to the same project area are also possible. The Air Force reserves the right to amend this PRDA to allow for subsequent submission proposal dates. Offerors are cautioned that only Contracting Officers are legally authorized to commit the Government and NASA. This announcement constitutes the only solicitation for this requirement. A formal Request for Proposal (RFP) will not be issued. Offerors should be alert for any PRDA amendments that may be published. (0030)

Loren Data Corp. http://www.ld.com (SYN# 0001 19950131\A-0001.SOL)


A - Research and Development Index Page