Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JANUARY 22,1996 PSA#1514

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

A -- RECONFIGURABLE SYSTEMS FOR TAILLESS FIGHTER AIRCRAFT (RESTORE) THIS ANNOUNCEMENT IS IN TWO PARTS. THIS IS PART 2 OF 2. SOL PRDA 96-04-FIK POC Genet Stewart, Contract Negotiator, (513) 255-5901 Lawrence W. Kopa, Contracting Officer, (513) 255-5901. NOTICE: PART 2 OF 2. The performance evaluation shall include, but not be restricted to, stability, tracking, FQ, robustness, prevention of saturation, parameter identification speed and accuracy, departure resistance, exceeding structural limits, exceeding the envelope, using all available control power (particularly under failure), disturbance attenuation, and loop gain (as in preventing excitation of higher order modes). Develop a NRT simulation test plan. Modify approach/methodology and simulation to meet requirements. Task 14. Real-Time (RT) simulation: Develop and perform a RT piloted simulation of FQ fidelity to evaluate whether the unfailed and failed performance satisfies the pilot-in-the-loop requirements. Particular emphasis is on FQ, departure resistance, utility, and ability to complete missions under failed conditions. Evaluate the design against adverse pilot-vehicle coupling metrics (if available). Develop a RT simulation test plan. Modify approach/methodology and simulation to meet requirements. (2) Deliverable items: The following deliverable data items shall be proposed: (a) Status Report, DI-MGMT-80368/T (monthly), (b) Funds and Man-Hour Expenditure Report, DI-FNCL-80507A (monthly), (c) Contract Funds Status Report (CFSR), DI-F-6004B/T (quarterly), (d) Scientific and Technical Reports - Contractor's Billing Voucher, DI-MISC-80711/T, and (f) Scientific and Technical Reports - System Requirements Report (one time), System Design Report (one time), NRT Simulation Test Plan (one time), RT Simulation Test Plan (one time), Final Report (draft and camera ready copy, one time upon completion of effort), DI-MISC-80711/T. Other Deliverables: A copy of the NRT simulation computer software program. The contractor shall be required to attend a kickoff meeting at WPAFB, OH to be held within 30 days after contract award. The contractor shall conduct performance reviews at approximately 3 month intervals or at critical milestones alternating between the contractor's facility and WPAFB, OH. (3) Security Requirements: Unclassified. (4) Other Special Requirements: International Trade in Arms apply. All technical data resulting from this program will be releasable to industry after completion of the final report. The full nonlinear aircraft model does not need to be releasable, however, linear models should be releasable. C -. ADDITIONAL INFORMATION: (1) Anticipated period of performance for this program is estimated at 32 months of technical effort plus 4 months for final reporting. (2) Expected Award Date: September 5, 1996. (3) Government Estimate: The government intends to pursue only one award for this effort. The total award is estimated at $1,015,000 distributed as follows: FY96-$65,000, FY97-$300,000, FY98- $300,000, FY99- $350,000. This funding profile is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and funds availability. (4) Type of Contract: Cost Plus Fixed Fee (CPFF). (5) Government Furnished Equipment: It is the offeror's responsibility to identify and arrange for use of any equipment, be it contractor-owned and furnished or government-owned and furnished. (6) Size Status: For the purpose of this acquisition, the size standard is 1000 employees (SIC 8731). (7) Notice to Foreign-Owned Firms: There will be no foreign competition permitted for all or any part of this contract. 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, 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 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 six 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/price breakdown shall be supplied on a 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 officer cited herein. (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 facilities, and resumes of personnel who will be participating in this effort should also be included as attachments to the technical proposal. The technical proposal shall also 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. PL 98-94 applies. Offerors must submit approved DD Form 2345, Export-Controlled DOD Technical Data Agreement with their proposal. (4) Page Limitations: The technical proposal cited in this announcement shall be limited to 75 pages (12 pitch or larger type), double- spaced, single-sided, 8.5 by 11 inches. The page limitation includes the draft systems requirement document (limited to 20 pages) and all other information, i.e. indices, photographs, foldouts, appendices, attachments, etc. Pages in excess of this limitation will not be considered by the Government. Cost proposals have no limitations, however, offerors are requested to keep costs proposals to 50 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 contract 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 a source for contract award will be based on an evaluation of an offeror's response (both technical and cost aspects) to determine the overall merit of the proposal in response to the announcement. The technical aspect, which is ranked as the first order of priority, shall be evaluated based on the following criteria which are of approximately equal importance: (a) level of advancement in the state-of-the-art in on-line control law design, (b) knowledge and practical familiarity with on-line system identification and on-line optimization, (c) familiarity and experience with techniques to accommodate actuator rate saturation in unstable systems, efficiently allocate control power, and incorporate limits in the design, and (d) the suitability of the proposed model to be representative of a year 2000+ low signature attack or strike tailless (or reduced vertical tail) fighter aircraft with a suite of cross-coupled effectors, as well as the fidelity of the model suitable for FQ simulation. Aspects ranked as the second order of priority include (a) ability to show that the resulting system will be practical, feasible, cost effective, and capable of being certified for flight, and (b) cost, which includes consideration of proposed budgets and funding profiles. No other evaluation criteria shall 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, grant or cooperative agreement any, all, part, or none of the proposals received. Award of a grant to universities or nonprofit institutions, or cooperative agreement, in lieu of a contract, will be considered and will be subject to the mutual agreement of the parties. F - POINTS OF CONTACT: (1) Primary Technical Point of Contact: Project Manager and Engineer, Capt Mark Spillman, WL/FIGC-3 BLDG 146, 2210 EIGHTH ST STE 21, WRIGHT-PATTERSON AFB, OH 45433-7531, (513) 255-8686, e-mail: mspillma@falcon.flight.wpafb.af.mil. (2) Secondary Technical Point of Contact: Engineer, Mr. Phil Chandler, (same address as primary), (513) 255-8680, e-mail: philc@batman.flight.wpafb.af.mil. (2) Contracting/Cost Point of Contact: Genet Stewart, WL/FIKA BLDG 7, 2530 C ST, WRIGHT- PATTERSON AFB, OH 45433-7607, (513) 255-5937. THIS IS THE END OF PART 2. (0018)

Loren Data Corp. http://www.ld.com (SYN# 0002 19960119\A-0002.SOL)


A - Research and Development Index Page