Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF OCTOBER 1,1996 PSA#1691

Aviation Applied Technology Dir., ATTN: AMSAT-R-TC, Fort Eustis, VA 23604-5577

A -- R&D BROAD AGENCY ANNOUNCEMENT SOL DAAJ02-97-2-0001 DUE 121396 POC Lauren L. Sebring, Grants Officer, 757-878-4828. The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.2 Research & Development (R&D) as described below. Proposals are required to be submitted in accordance with the guidelines set forth herein. This Broad Agency Announcement (BAA) constitutes the total solicitation. There will be no formal Request For Proposals or other solicitation requests. However, a supplemental package which includes only a DD Form 254 is available for any appropriately cleared prospective offeror whose proposal preparation will require access to or generation of classified information. TITLE: Advanced High Pressure Compressor Stage 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. Compressor component technologies have been identified as major contributors to achievement of the turboshaft engine goals. Specifically, compressor technologies which allow for significant increases in pressure ratio and compressor exit temperatures, high stage efficiencies, a reduced number of stages/components, and reduced weight are critical for attaining the IHPTET turboshaft engine goals. The compressor technology must concentrate on demonstration of aerodynamic capabilities and be part of the offeror's IHPTET Phase III turboprop/turboshaft compressor configuration. Proposals should provide for a presentation of the results of the work in a final briefing at Fort Eustis, Virginia, upon completion. Proposals submitted under this topic should allow for an optional gas generator/engine test of the proposed technology. The Government contemplates award of cooperative agreement(s) pursuant to the authority of 10 U.S.C. 2358. Under a cooperative agreement, extensive Government participation in the program is anticipated. The Government envisions that its participation will be provided through the use of an Integrated Process/Product Development (IPPD) approach. An Integrated Product Team (IPT) will be formed consisting of Army, Air Force, and Navy representatives from the IHPTET compressor working group and key technical personnel from the successful offeror (program managers, designers, manufacturing engineers, test engineers, etc.) and any critical vendors or subcontractor key personnel. This IPT will be responsible for critical decision making at various milestones throughout the course of the program. This will be achieved primarily through conferences and working sessions at critical milestones such as preliminary design completion, detailed design completion, hardware and test rig review, test plan approval, and analysis of test results. The Government participants will also have at their disposal the capability to analyze the offeror's design through the use of an advanced 3-dimensional, computational fluid dynamic code located at the Aviation Applied Technology Directorate. This can potentially provide additional insight during the design phase of the program and result in an improved final design. ANTICIPATED LEVEL OF EFFORT: The level of effort is difficult to estimate due to wide range of technical possibilities, however, the Government ANTICIPATED AMOUNT OF ALL RESULTING AWARD(S) is estimated to be $800k to $1000k for Government share. ANTICIPATED PERFORMANCE PERIOD: 36-42 months for completion of technical effort and an additional 3 months for data submittal. However, since the Government reserves the right to award only part of a given proposal, a shorter period of performance may be appropriate. APPLICABLE SECURITY DETERMINATION. It is possible that a proposal may be classified CONFIDENTIAL. Proposals may be unclassified, but subject to export controls. PARTICIPATION IN THIS PROGRAM IS LIMITED TO U.S. AND CANADIAN FIRMS. REQUIRED DATA: Quarterly cost and technical performance report, draft and reproducible final report, and test plan(s) (if applicable). EVALUATION CRITERIA: The selection of one or more sources for agreement 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 order of merit listing for proposals submitted under this 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 to the Government. Optional work for gas generator/engine testing will be reviewed but will not be evaluated in that this optional work will not affect the narrative rating or priority on the order of merit listing. SECURITY REQUIREMENTS: A determination has been made that performance may require access to and/or generate technical data which is classified or for which the export is restricted by the Arms Export Control Act (Title 22, U.S.C., Sec. 2751 et seq) or Executive Order 12470. Prior to award, the successful firm(s) will be required to provide an ''Export-Controlled DoD Technical Data Agreement'' certification number issued in accordance with DoD Directive 5230.25. This certification may be requested from the Defense Logistics Services Center, Attn: DLSC-FBA Federal Ctr, Battle Creek, MI 49017-3084, Telephone 1-800-352-3572. Pre-award access to/generation of classified information is authorized only to those prospective firms which have a facility clearance at the CONFIDENTIAL level and after issuance of a DD Form 254 by the procuring office. Prospective offerors who identify a requirement for access to/generation of classified information should notify the procuring office immediately for the supplemental DD Form 254. GENERAL INFORMATION: Proposals submitted must consist of a clear statement of objectives, a technical section which should include, but not be limited to, background experience, concepts and ideas, methodology, expected contribution of the research to the Army mission, a Statement of Work (SOW) and milestones, a technical plan, a biographical section describing key personnel, a funding profile, a cost proposal, and a program management section. The cost proposal must include cost breakdown providing man-hours by task, all pricing rates used, and equipment and materials listings, if applicable. Use of separate volumes for technical and cost data is acceptable but not required. Cost proposals should utilize separately priced options whenever reasonable. Subcontractor proposals, if applicable, including pricing rate details, should be provided concurrent with the prime contractor's submission. This BAA topic will remain open until 4:15 p.m., eastern time, December 13, 1996. Proposals submitted after the cut-off date will be handled in accordance with FAR 52.215-10. Awards under this announcement are anticipated to be made prior to 1 April 1997. However, unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 30 September 1997. NOTE: Funds are not presently available. No awards will be made until appropriated funds are made available from which payments for agreement purposes can be made. The Government anticipates multiple awards under this announcement, though no minimum or maximum number of awards can be guaranteed. The Government reserves the right to select for award any, all, part or none of the proposals received. Further, the Government reserves the right to select for award only a portion of an offeror's proposal (i.e., certain tasks vs total program). Multiple proposals from the same offeror that address different solutions or that address only part of the problem under the topic will be accepted and evaluated independently. Agreements with a desired cost participation by the Recipient of 50% are anticipated. Cost participation may be in the form of cash or in-kind contributions. Cost sharing and matching requirement of Attachment E of OMB Circular A-110 (7/30/76) apply except that Recipients may use their independent research and development (IR&D) funds as cost sharing or matching. Any IR&D contributions must meet all criteria other than paragraph 3b(5) in Attachment E of OMB Circular A-110. Use of IR&D as cost sharing is permitted, whether or not the Government decides at a later date to reimburse any of the IR&D as allowable indirect costs under the commercial cost principles in 48 CFR 31. Real property or nonexpendable personal property purchased with recipient's funds may be included as recipient's cost sharing or matching, if recipient notifies grants officer in advance that such property is being included. To be included, the property must meet the general requirement for recipient's contributions -- they may count as cost sharing or matching to the extent that they are used for authorized purposes of the agreement, consistent with applicable cost principles. This announcement is an expression of interest only and does not commit the Government to pay any response preparation cost. No pre-proposal conference is to be held. Proposals must be submitted in original and four (4) copies. Proposals, excluding the cost section, shall not exceed 50 pages. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Technology Directorate, ATCOM, ATTN: AMSAT-R-TC (L Sebring), Building 401, Fort Eustis, VA 23604-5577. Offerors desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafax (757) 878-0008). Oral explanations or instructions given before the award of any agreement will not be binding. Any information given to a prospective offeror concerning this announcement which is necessary in submitting offers or the lack of which would be prejudicial to any other prospective offeror(s) will be published as an amendment to this announcement. A copy of any cited reference/clause is available from the procuring office (L. Sebring, (757) 878-4828). (0271)

Loren Data Corp. http://www.ld.com (SYN# 0001 19960930\A-0001.SOL)


A - Research and Development Index Page