|
COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 3,1995 PSA#1444Aviation Applied Technology Directorate, U.S. Army Aviation and Troop
Command, ATTN: AMSAT-R-TC (Bid Custodian), Building 401, Fort Eustis,
VA 23604-5577 A -- R&D BROAD AGENCY ANNOUNCEMENT (PART 1 OF 2) SOL DAAJ02-96-R-0001
DUE 011896 POC Hilda E. Fowler, Contract Specialist, (804) 878-4818.
The Aviation Applied Technology Directorate (AATD) is soliciting
technical and cost proposals for conduct of 6.2 Research & Development
programs. Proposals are required to be submitted in accordance with
the guidelines set forth herein. This BAA constitutes the total
solicitation. There will be no formal RFP, other solicitation requests,
or other information regarding these requirements. Subject areas of
interest include: TOPIC 01-96: Light Weight, High Performance Turbine
Module for Gas Turbine Engines DESCRIPTION: The DoD/NASA Integrated
High Performance Turbine Engine Technology (IHPTET) initiative is
focused on developing the technologies to double propulsion system
capabilities over the 1987 technology base by the year 2003. Of
particular interest to the Army is achievement of the
turboshaft/turboprop engine goals. Turbine component technologies have
been identified as major contributors to achievement of the turboshaft
engine goals. Specifically, turbine technologies which allow for
significant increases in rotor inlet temperature, minimal utilization
of cooling air, high levels of stage work, high stage efficiency and
reduced weight are critical for attaining the IHPTET turboshaft engine
goals. Thus, effort sought under this announcement is to develop
critical turbine component technologies which offer a significant
advance in the state-of-the-art toward achieving the IHPTET Phase III
turboshaft engine goals. The turbine technology may be applicable to
either a gas generator turbine or a power turbine. Proposals submitted
under this topic should allow for an optional gas generator/engine
test of the proposed technology. ANTICIPATED LEVEL OF EFFORT: A total
program (all awards under this topic) estimate of $950k is anticipated
with funds programmed in FY96 - FY99. ANTICIPATED PERFORMANCE PERIOD:
Up to 40 months (37 months for completion of technical and an
additional 3 months for data submittal). APPLICABLE SECURITY
DETERMINATION: Performance under this topic will require that the
successful offeror possess a SECRET facility clearance prior to
contract award. Offerorswho require preaward access to classified
information or who will generate classified proposals while responding
to this topic should contact the procuring office for a preaward
clearance and execution of a DD Form 254. This requirement is in
addition to the ''Export Controlled DoD Technical Data Agreement''
certification required for all offerors under this announcement. TOPIC
02-96, Adaptive Control Cure Monitoring (ACCM), TECHNICAL DESCRIPTION:
Research and development work to develop the concept of adaptive,
closed-loop cure monitoring and control is desired. It is envisioned
that the successful offeror(s) will incorporate small, inexpensive, and
accurate temperature, pressure, and/or rheological (% cure, Tg,
viscosity, porosity) sensors or networks of sensors embedded in either
aerospace composite laminates or tooling/molds, or both, and combine
them with intelligent processing algorithms and equipment capable of
assessing the critical cure parameters and controlling cure process
variables (temperature, pressure). Both developmental and proven
sensors and control equipment may be considered for inclusion in this
work, but only demonstrated or commercially available control
algorithms shall be considered. The objectives of the R&D work will be
to reduce laminate porosity and optimize Tg, % cure, and fiber volume
fraction for any given thermoset resin (polymer, BMI, polyimide)
composite system. The goals will be to decrease composite cure cycle
time to absolute material minimums, demonstrate cure processing
insensitive to resin/polymer batch-to-batch and age variability,
decrease part rejection rates, and increase the practical processible
thickness of composite laminates. The successful bidder(s) will be
expected to: Assess the processing parameters and variables relevant to
the successful curing of the broad family of thermoset aerospace
composites, Evaluate the sensitivity, cost, and utility of
developmental and commercially available cure monitor sensors, to
include sampling rate and sensing range, Fabricate the adaptive control
cure monitor system for demonstration on a variety of composite
material systems cured in one or more various processes (such as press
or autoclave curing), Conduct fabrication trials of thermoset
composite components, first using established cure cycles for the
components with the cure monitor system in a passive mode, then using
the closed-loop (automatic) caabilities of the ACCM system. ANTICIPATED
LEVEL OF EFFORT: An estimated 3500 man-hours of engineering, technician
effort, plus materials and equipment costs is approximated for
completion of a total program award. ANTICIPATED AMOUNT OF CONTRACT
AWARD(S): $500k (total program) ANTICIPATED PERFORMANCE PERIOD: Not to
exceed 18 mos (15 mos. technical, 3 mos. data). TOPIC 03-96: LOW
DIELECTRIC ROTOR BLADE EROSION PROTECTION SYSTEM - DESCRIPTION: Develop
advanced rotor blade leading edge erosion protection system using low
dielectric materials. The material system must be designed to withstand
erosion in both rain and sand environments, operating at blade
velocities up to 275 m/sec. The design lifetime of the erosion system
should be at least 150 hours in an environment of .0022 kg/m3 sand
concentration and a rain environment of .5 to 5.0 mm drop sizes
distributed in a rainfall rate of .80 mm/min. The erosion system shall
be designed to maximize RF transmission through it, with a desired
system dielectric constant of 3.5 or less across 2 to 18 GHz. The
erosion system should be developed with a capability to be repaired
and/or replaced in the field with a minimum of ancillary equipment.
Erosion system test samples shall be submitted for Government test and
evaluation. ANTICIPATED LEVEL OF EFFORT: 2.0 Man-Years ANTICIPATED
AMOUNT OF CONTRACT AWARD: $400k ANTICIPATED PERFORMANCE PERIOD: Up to
24 Months (21 mos technical, 3 mos data). TOPIC 04-96: PRIMARY
STRUCTURE COMPOSITES JOINING - TECHNICAL DESCRIPTION: Primary composite
structure in rotary wing vehicles is currently joined to other
structure or support frames using metal fittings and fasteners. The use
of fittings significantly reduces the structural efficiency and weight
savings of the composite structure. Metal fittings require that the
structure be drilled to accommodate fasteners. This introduces stress
concentrations and thereby reduces the load carrying capacity of the
primary structure. Metal fittings also introduce a significant weight
penalty when added to the weight of the components which they join.
Composite joints have not been demonstrated to have equivalent
structural efficiency to conventional metal fittings in the rotary wing
industry. Typical concerns of composite joining have been: bondline
integrity, peel strength of tape laminates, hot-wet mechanical
properties, compatibility of joint cure cycle with primary structure
cure ycle requirements, and effects of long term storage at elevated
temperature and humidity. The objective of this program is to develop
composite bonding concepts for primary composite structure and to
evaluate the mechanical and fatigue properties of the resultant joints
at room and elevated temperatures. The program should address bonding
of the following composite structure: honeycomb sandwich-to-honeycomb
sandwich, laminate-to-laminate, and/or laminate-to-honeycomb sandwich.
Mechanical and fatigue properties may be established by subscale
specimens representative of the full scale joint. These properties at
elevated temperature should be evaluated after exposure at
industry-standard temperature, humidity, and duration. Subscale
specimen size should be selected so that full-scale joint properties
are accurately reflected in the subscale results. The ability to
maintain bondline pressure and temperature during the cure cycle of the
full-scale components is of particular concern in the ability to scale.
ADDITIONAL DELIVERABLE:Delivery of prototype drawings of the concept
only will be required in addition to Data Items specified below for all
topics. ANTICIPATED LEVEL: 3200-4000 labor hours. ANTICIPATED AMOUNT OF
CONTRACT AWARD(S):$350k. ANTICIPATED PERFORMANCE PERIOD: Up to 39
months (36 months technical and 3 months data). DELIVERABLES: All
contracts awarded under this solicitation will require delivery of the
following data items: (1) Contract Performance Plan (DI-SAFT-80974)
(2) Draft and Reproducible Final Reports in Contractor Format
(DI-MISC-80711) (3) Monthly Cost and Performance Reports (DI-FNCL-
80912) (4) Monthly Technical Letter Progress Reports, (5) Test Plans
(if applicable). FINAL BRIEFING: All contracts awarded under this
solicitation will include a requirement for the Contractor to present
the results of their work in a final briefing at Ft. Eustis, Virginia
upon completion of all technical work under the contract. EVALUATION
CRITERIA: The selection of one or more sources for contract award will
be based on a scientific and/or engineering evaluation of proposals
(both technical and cost as it relates to technical effort) in
accordance with the criteria set forth in this section. Proposals will
be evaluated on their own merit without regard to other proposals
submitted under this announcement. These evaluations will result in
narrative ratings which will be used to develop an orer of merit
listing for proposals submitted under each topic. Proposed cost will be
evaluated, as appropriate, for realism and reasonableness. The
evaluation criteria are (1) The extent to which the proposed work
satisfies an Army research need by use of innovative, creative,
affordable and efficient approaches to the technical problem. (2) The
merit of the offeror's proposed approach to accomplish the scientific
and technical objectives. (3) The experience and qualifications of
scientists, engineers, technicians and other proposed personnel. (4)
The suitability and availability of proposed facilities. (5) Cost. (END
PART 1 OF 2) (0272) Loren Data Corp. http://www.ld.com (SYN# 0001 19951002\A-0001.SOL)
A - Research and Development Index Page
|
|