Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF NOVEMBER 13,1996 PSA#1720

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

A -- MORE ELECTRIC AIRCRAFT GENERATION II - PART 1 OF 2 SOL PRDA NO. 97-01-POK DUE 121396 POC Contracting: Carl B. Norton, WL/POKA, (937) 255-2730, Technical: Capt Mike Panse, WL/POOX, (937) 255-9392. A--INTRODUCTION: Wright Laboratory's Aero Propulsion and Power Directorate, Aerospace Power Division (WL/POO) is interested in receiving proposal abstracts on the research effort described below. Proposal abstracts in response to this PRDA shall be submitted by 1330 hours, 13 DEC 96 addressed to: Wright Laboratory, WL/POKA, Attn.: Carl B. Norton, Building 7, 2530 C Street, Wright-Patterson AFB, OH 45433-7607. This is an unrestricted solicitation. Small Businesses are encouraged to propose on all or any part of this solicitation. Also, teaming arrangements between university and private industry are encouraged. Proposal abstracts received after the cut-off date/time 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. The abstract submission date may be amended to provide for a subsequent submission date. Abstract submission will be in accordance with this announcement. There will be no formal Request for Proposal or other solicitation request in regard to this requirement. Offerors should be alert for any PRDA amendments that may be published. A copy of the More Electric Aircraft Generation II Goals may be obtained from Capt Michael Panse or 1Lt Alan Stephens, (513) 255-9392, or on the Internet at http://podev.appl.wpafb.af.mil/poc/poo/programs/mea/goals.htm to assist in abstract preparation. Additionally, offerors should request a copy of the WL Guide entitled ''PRDA and BAA Guide for Industry.'' This guide was specifically designed to assist offerors in understanding the PRDA/BAA proposal process. Copies may be requested from the contracting point of contact stated herein. The Guide is also available on the Internet at the following address: http://www.wl.wpafb.af.mil/contract. Based upon market research, the Government is not using the policies contained in FAR Part 12, Acquisition of Commercial Items, in its solicitation for the described supplies or services. However, interested persons may identify to the contracting officer their interest and capability to satisfy the Government's requirement with a commercial item within 15 days of this notice. B--REQUIREMENTS: (1) Technical Description: The More Electric Aircraft (MEA) Initiative is a joint DOD/NASA/industry effort with as its main goal to replace the currently employed complex, high maintenance, hybrid hydraulic, pneumatic, mechanical and electrical non-propulsive power subsystem aboard aircraft with a mostly electric-based power subsystem. To achieve this goal, the Wright Laboratory's (WL) Aero Propulsion and Power Directorate have committed resources to the development of an advanced technology base in the critical areas of electrical power generation, power management and distribution, energy storage and power subsystem-level integration. Technical areas which are considered to have a high payoff toward MEA Generation II goals include, but are not limited to specifics in each of the areas listed above. In power generation, advanced, fault tolerant 270 VDC combination starter/generators with associated power and control electronics, advanced, integrated auxiliary/emergency power mechanisms, high current density DC conductors and advanced bearing technologies are of particular interest. In power distribution and management, areas of interest include electrical load management centers, inverters/converters, advanced motor drives, improved circuit topologies, advanced solid state switches, contactors and electrical components, and advanced capacitor technology. Energy storage areas include high power and energy density batteries for main aircraft functions and auxiliary/emergency functions and innovative, high voltage thermal batteries. System integration technologies of interest include all aspects of a high performance, 270 VDC electrical system, innovative, passive thermal management techniques including the use of advanced composites for management of continuous and transient thermal loading, power system integrity under conditions of both natural and induced electromagnetic effects, approaches for innovative development pulsed electrical power for other aircraft functions and electrical, electromagnetic and thermal modeling. Emphasis on all proposed efforts should be placed on developing technology which supports MEA Generation II technology performance objectives with an availability date of 2005. Program relevance to dual use potential for commercial aircraft or other commercial applications should also be emphasized. Conceptual and preliminary design efforts are also encouraged which may support a more detailed program for future work towards demonstration of MEA Generation II goals. (2) Deliverable Items: The following deliverable items shall be required, where appropriate: (a) Presentation Materials (as requested, DI-ADMN-81373/T) (b) Status Reports (Monthly, DI-MGMT-80368/T) (c) Contract Funds Status Reports (Quarterly, required, DI-MGMT-81468/T) (d) Funds and Man-hour Expenditure Reports (Monthly - required)(DI-FNCL-80331/T) (e) Scientific and Technical Reports: Contractor Billing Voucher (Monthly, required, DI-MISC-80711/T) (f) Scientific and Technical Reports: Final Report (One required, DI-MISC-80711/T) (3) Security Requirements: The research areas specified within the MEA GEN II goals are unclassified. (4) Public Law 98-94: Since Public Law 98-94 is applicable to this program, offerors must prepare a DD Form 2345, Export-Controlled DOD Technical Data Agreement, and forward it to: Commander, Defense Logistics Service Center, ATTN.: DLSC-FBA, Federal Center, Battle Creek, Michigan 49017-3084, and/or provide evidence that registration with DLSC is already on file. (5) Other Special Requirements: Equipment/technical data generated or delivered in performance of resulting contracts may be controlled by International Traffic in Arms Regulation (ITAR). C--ADDITIONAL INFORMATION: (1) Total contract period is up to 37 months plus 4 months to prepare the Final Report. (2) The period of performance is expected to begin around August 1997. (3) Government Estimate: technical levels of effort are difficult to estimate due to wide range of contract possibilities, however a total program estimate of $2,320,000 in government funds is anticipated. This amount is an estimate only and is not a promise for funding as all funding is subject to change due to Government discretion and availability. (4) Type of Contract: Cost Plus Fixed Fee (CPFF) or Cost (no fee). Any grants awarded will be cost (no fee). (5) Government Furnished Property/Information: Government information/expertise developed under other existing or previous contracts may be furnished if its use is necessary and practical in the performance of technical tasks in this effort. (6) Size Status: Size standard is 1000 employees (SIC 8731). Firms responding should indicate whether they are or are not a socially or economically disadvantaged business, whether or not they are a woman-owned business, and should indicate their size status. (7) Notice to Foreign or Foreign-Owned Firms: Such firms are asked to immediately notify the Air Force contact point indicated below upon making a decision to respond to this announcement. This action is necessary to begin review and clearance procedures. 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 are advised that only contracting officers are legally authorized to commit the Government. (2) Proposal abstracts must be submitted in an original and 5 copies. Each proposal abstract should not exceed a total of 15 pages (12 pitch or larger type), double-spaced, single-sided, 8.5 by 11 inches. We request the abstract use the following format: A cover page including the project title and technical points of contact, an executive summary, a clear concise statement of work citing specific tasks to be performed, not to exceed (NTE) 2 pages, description of the proposed technical effort, a brief description of the offeror's relevant past experience and unique capabilities, a roadmap showing directly-related contract and company-funded efforts, a brief discussion of the potential for dual use (if applicable), description/roadmap showing how the proposed effort integrates with the MEA Generation II goals and the impact of not developing these technologies, description/chart of the functional organization for executing the proposed effort (NTE 1 page), description of key subcontractor support (if applicable) (NTE 1 page), and, rough order of magnitude cost estimate summary by task, and by fiscal year quarters (this summary should contain a breakdown of labor, materials, overhead, general and administrative cost, travel, computer, fee, and other costs as well as any cost sharing to be undertaken by the offeror) (NTE 3 pages) . Offerors submitting more than one proposal abstract may also submit a combined executive summary of all abstracts as a separate document (NTE 3 pages per abstract). Each abstract should reference the above PRDA number. The Air Force reserves the right to select for further consideration any, all, part or none of the abstracts received. The Air Force will review abstracts to determine those of greatest relevance to the MEA Program, and intends to respond to the abstracts within approximately 2 weeks, indicating whether a full proposal is requested. Any offeror not selected to submit a full proposal may still do so if the offeror wishes. (0313)

Loren Data Corp. http://www.ld.com (SYN# 0001 19961112\A-0001.SOL)


A - Research and Development Index Page