Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF APRIL 28,1998 PSA#2083

Commander, U.S. Army Aviation and Missile Command, Acquisition Center, Research Development and Engineering Center, Redstone Arsenal, AL 35898-5000

A -- BROAD AGENCY ANNOUNCEMENT -- ADVANCED SOLID PROPELLANT ROCKET MOTOR FOR HOLLOMAN SLED TRACK OPERATIONS SOL DAAH01-98-R-RB02 DUE 061198 POC Sue Howard, Contract Specialist, AMSAM-AC-RD-BA, (256)876-7729, Harold Smith, Contracting Officer, (256)876-0908 5 March 1998 Broad Area Announcement (BAA) Advanced Solid Propellant Rocket Motor for Holloman Sled Track Operations The Missile Research, Development, and Engineering Center (MRDEC), AMCOM, is requesting proposals for the design, development, fabrication, and delivery of Advanced Solid Propellant Rocket Motors for operation on the sled track at Holloman Air Force Base (HAFB), NM. This advanced solid rocket motor shall be developed by an Integrated Product Team (IPT) consisting of MRDEC, HAFB, and an industry partner selected as a result of this BAA. The advanced rocket motor shall be used to provide HAFB with a 10,000-ft/sec maximum test velocity capability for sled track operations. Attachment 01, to be furnished separately, contains an initial set of design requirements for the rocket motor. These design requirements shall change as the system development progresses. Attachment 02, to be furnished separately, contains the proposed program schedule. An initial preliminary design by MRDEC and HAFB shall be completed upon award of the contract and shall be used as the initial rocket motor design. The evaluation criteria for award of the BAA are provided in this notice. Attachment 03, to be furnished separately, contains the Qualification Test Matrix. The Government shall conduct qualification of the rocket motor design and the associated qualification testing shall be performed at Redstone Technical Test Center (RTTC), Redstone Arsenal, AL and at HAFB, NM. The contractor shall be responsible for development of a Technical Data Package (TDP) in a format compatible with the Government's software. The contractor shall also provide priced contract options for future production motors in lots of 1 to 25 motors per year for up to 5 years after completion of the motor program. A Statement of Work (SOW) detailing the rocket motor development effort shall be submitted as part of this BAA, a preliminary SOW is included in this notice. The SOW presented in this notice shall represent the minimum programmatic requirements for the contractual effort, and these requirements shall be incorporated in the SOW that is delivered as part of the proposal. REQUIREMENTS: This BAA is soliciting proposals from industry partners to work as part of an IPT providing HAFB with a rocket motor capable of propelling a sled train to 10,000 ft/sec. This contract shall be in two phases. Phase I shall be the design (preliminary and detailed), development, fabrication, delivery, and qualification testing of the rocket motors. The IPT shall require intensive cooperation between all members of the team with the workload shared to insure no duplication of effort. Phase II shall be an optional contractual effort for delivery of additional rocket motors to the Government for use in operational sled tests at Holloman AFB, NM. Both phases of this contract shall be conducted with a team consisting of MRDEC, HAFB, and the BAA contract award winner. The contractor shall be responsible for fabrication and delivery of complete rocket motors ready for qualification testing at either RTTC, AL or HAFB, NM. The contractor shall provide both technical and programmatic support as part of the qualification testing in Phase I. The Government shall have the final decision authority in all technical and programmatic disputes. The initial technical requirements for the rocket motor design are presented in Attachment 01, to be furnished later, and the programmatic requirements for the execution of the contractual effort are presented in the SOW in this notice. CRITERIA: The evaluation criteria for this BAA are included in this notice with the relative weights of each area shown as a percentage. The willingness of the contractor to work as part of an IPT shall be included in the evaluation. ADMINISTRATIVE: Six copies of the proposal shall be submitted. The proposal shall consist of two parts, technical and management (Part I) and cost (Part II). Part I shall not exceed 20 pages (12-point text), excluding resumes and exhibits. Resumes and exhibits shall not exceed 10 pages. The proposal shall contain a one-page abstract summarizing the proposed effort that is releasable to the public. All pages of the proposal, except the abstract page, shall be marked with "Official Use Only: Source Selection Information: See FAR 3.104", and any proprietary pages should be marked accordingly. Part I of the proposal shall include: 1. Proposer's cover page to include: title, technical point (s) of contact, administrative point (s) of contact, pertinent phone numbers, fax numbers, and e-mail addresses. 2. Summary page (s) of organizations participating in the proposal with title, technical point (s) of contact, administrative point (s) of contact, pertinent phone numbers, fax numbers, and e-mail addresses. 3. A one page abstract that is unclassified and not competition sensitive describing the proposal. 4. Locator matrix or index identifying where specific announcement requirements and criteria are addressed in the proposal. 5. Overall technical plans with specifics on the contractor's ability to meet technical, fabrication, delivery, and schedule requirements. This plan should address Phase I and Phase II efforts. 6. A SOW that is suitable for incorporation into a final contract for the effort. Both Phase I and Phase II efforts shall be included. The SOW shall incorporate as a minimum all the requirements specified in this notice. The SOW shall be delivered on 3.25-inch diskette in an MS Word 97 format. Part II of the proposal shall include: 1. A one to two page cost summary. 2. Supporting pages that shall include a detailed breakdown of labor categories, equipment, travel costs, software, and any other direct and indirect costs. The Government shall accept proposals for a period of 45 calendar days after the date of this announcement, the Government shall not accept proposals after this period. The Government reserves the right to select for award any, all, part, or none of the responses received and may incrementally fund any resultant agreement. The contractors may be required to have or obtain security clearances. Note that only the contracting officer has authorization to award government agreements pursuant to this BAA. All responsible sources may submit a proposal, which shall receive consideration by the Government. The Government reserves the right to award to other than the lowest offeror. The Government plans to fund this effort for an initial period of two years according to the schedule included in Attachment 02, to be furnished separately, with additional funding for up to five years for production rocket motors. The first year funding would be approximately $1 Million with second year funding being approximately $1.5 Million. Submit all correspondence and proposals to: U.S. Army Aviation and Missile Command AMSAM-AC-RD-BA / Sue Howard (256) 876-7729 Bldg. 5400 Redstone Arsenal, AL 35898-5270 Proposals and/or presentations submitted via facsimile machine shall not be considered. There shall be no formal request for proposal or any further solicitation document issued in regard to this BAA. Attachments 01, 02, and 03 will be furnished separately and must be requested by calling Sue Howard, (256) 876-7729. A briefing to industry may be held approximately 15 calendar days after the release of this BAA. Contractors who wish to attend the briefing to industry should schedule no more than three (3) persons by calling Sue Howard, (256) 876-7729. The written proposals shall be evaluated approximately 15 calendar days after they are due in to the Government. The Government audit should be complete in 30 calendar days after proposal evaluation completion. Final negotiation shall take place and the contract should be awarded 30 calendar days after the audit completion. 12 March 1998 Advanced Sled Motor BAA Evaluation Criteria 1. Technical (60%) All subcriteria are weighted equally. A. Adequacy of the proposed effort to meet the programmatic requirements. B. Adequacy of the proposed effort to meet the technical requirements. C. Adequacy of the proposed approach for conducting the design effort under the required Integrated Product Team (IPT) program management structure. D. Adequacy of the proposed approach for conducting the development effort under the required IPT program management structure. E. Adequacy of the proposed approach for conducting the qualification effort under the required IPT program management structure. F. Demonstration of unique or complimentary technical capabilities required to execute the program under the IPT program management structure. G. Demonstration of unique or complimentary program management capabilities required to execute the program under the IPT program management structure. H. Adequacy of the proposed rocket motor concept to meet the technical requirements. I. Adequacy of the proposed development program . J. Adequacy of the proposed qualification program. 2. Management/Risk (20%) All subcriteria are weighted equally. A. Assessed risk for the offeror of providing fully satisfactory technical performance based on offeror's evaluated past technical performance. B. Assessed risk for the offeror of providing fully satisfactory management performance based on-the offeror's evaluated past management performance. C. Experience of the offeror's company and personnel in production in fields similar to or related to that described in the Broad Agency Announcement. 3. Cost (20%) The cost will be evaluated on the basis of reasonableness of the proposal and how realistic the cost numbers are that are presented. 12 March 1998 Statement of Work (SOW) Advanced Solid Propellant Rocket Motor for Holloman Sled Track Operations 1.0 Scope This Statement of Work (SOW) defines the contractual effort for the design, development, and delivery of Advanced Solid Propellant Rocket Motors for operation on the Sled Track at Holloman AFB, NM. This advanced rocket motor shall be designed to provide a 10,000-ft/sec maximum velocity capability for sled track operations. An initial set of design requirements for this rocket motor is provided as Attachment 01. These initial motor designrequirements are based on overall performance requirements for a total sled system that is comprised of a number of major subsystems, including the rocket motor. The overall requirements for the total system will change as the designs of all the subsystems mature. Consequently, there will be an interaction between the requirements for all the major subsystems over the duration of the development effort. The updated requirements for the overall system will be generated over the duration of the contractual effort by Holloman AFB. 1.1 General The contractual effort shall be conducted in two Phases. Phase I consists of the Basic contractual effort under which the contractor shall: participate (as part of a Government/contractor team) in the preliminary and detailed design of the advanced rocket motor; design, develop, fabricate, and test prototype rocket motors; deliver rocket motors to the Government for qualification testing; and provide engineering support for a Government-conducted qualification test program. Phase II consists of an optional contractual effort under which rocket motors shall be delivered to the Government for sled test operations at Holloman AFB, NM. 2.0 Phase I (Basic) Phase I consists of the Basic contractual effort under which the contractor shall: participate (as part of a Government/Contractor team) in the preliminary and detailed design of the advanced rocket motor; design, develop, fabricate, and test prototype rocket motors; deliver rocket motors to the Government for qualification testing; and provide engineering support for a Government-conducted qualification test program. The contractor shall conduct all activities under Phases I and II as a member of this Government/Contractor design team. 2.1 Integrated Product Team A Government/Contractor Integrated Product Team (IPT) shall be formed to accomplish the preliminary and detailed design efforts, to execute rocket motor prototype development, and to support qualification testing. At contract award, the Government shall provide the contractor with a preliminary design for the rocket motor. The IPT shall utilize the Government-generated preliminary design as the starting point for the contractual preliminary and detailed design efforts. The preliminary and detailed design efforts shall be executed by the Government/Contractor IPT which shall share technical design responsibilities. Duplication of design efforts shall be minimized as technical design responsibilities shall be distributed between the Government and the contractor. A technical interchange meeting (TIM) shall be held 10 days after contract award to determine technical design responsibilities. The Government and contractor team will mutually agree upon the division of technical responsibilities and the design effort management structure. The Government Program Manager shall serve as the leader of the IPT and shall have responsibility for the overall program management and shall be the final decision authority in all IPT technical and programmatic disputes. Contractor technical personnel may be required to work on-site at Redstone Arsenal, AL to participate in the design process. Exchange of technical and program management information and design details shall be conducted electronically to the maximum extent. The exchange of program information shall utilize MS Office and MS Project software. The format for the exchange of technical and design information shall utilize a mutually agreed upon software format. The Government shall be the point of contact with the requiring test agency (Holloman AFB) and will revise/refine requirements as the system design matures. The Government/Contractor IPT shall produce a preliminary and then detailed rocket motor design. The IPT shall act as the design authority for the rocket throughout the duration of the basic (Phase I) and optional (Phase II) contractual efforts. At this initial TIM, IPT shall also construct a preliminary program schedule. This schedule shall specify the time periods for contractual program activities, and specify the dates for meetings and major program reviews. The schedule shall be revised by the IPT as warranted by program events. An initial program schedule is provided as Attachment 02. 2.2 Preliminary Design After the formation of the IPT and the determination of technical and programmatic responsibilities, the contractor, as a member of the IPT, shall participate in the generation of a preliminary design for the rocket motor. Utilizing system requirements provided by the Government, the contractor as part of the IPT, shall participate in the generation of a preliminary design. This preliminary design shall provide sufficient detail for the rocket motor case, nozzle, propellant grain, and overall motor assembly to serve as the starting point for a detailed design effort. The contractor shall document the results of the preliminary design effort, and deliver the preliminary design to the Government. 2.3 Preliminary Design Review Upon completion of the preliminary design by the IPT, a Preliminary Design Review (PDR) shall be conducted. The preliminary design generated by the IPT shall be presented at the PDR. The preliminary design shall be approved by the IPT prior to the initiation of the detailed design effort. The contractor shall document all revisions to the preliminary design resulting from the PDR approval process. The revised preliminary design shall be delivered to the Government. 2.4 Detailed Design Upon approval of the preliminary design, the contractor, as a participant in the IPT, shall generate a detailed design for the rocket motor. The detailed design shall be for a "sled-weight," rocket motor capable of operation on the Holloman sled track, to include all interfaces required by HAFB, and designed to satisfy the overall system performance requirements. This detailed design shall have sufficient detail to enable the fabrication and testing of "sled-weight" prototype rocket motors. The contractor shall be responsible for the documentation of this detailed design. 2.5 Critical Design Review Prior to the fabrication and development of any rocket motor hardware, there shall be a Critical Design Review (CDR). Both the Government and the Contractor as part of the IPT design process shall approve the detailed design before approval for motor development is given. The contractor shall document the detailed design presented at the CDR with a Technical Data Package (TDP). The TDP shall be in a format specified by the contractor but acceptable to the IPT. The TDP shall be transmitted to the Government in a mutually agreed upon electronic format. The contractor shall maintain the TDP during the life of the basic contract and all exercised options. The contractor shall deliver revisions to the Government whenever changes to the design occur. The TDP shall provide sufficient detail of all designs, tooling, and processes such that a third party without additional documentation could produce the rocket motor. The Government/Contractor IPT shall approve the TDP and all revisions. The IPT shall design and fabricate all tooling associated with the manufacture of the rocket motor design. The contractor is responsible for establishing relationships/contracts with any required sub-contractors and/or vendors. The selection of sub-contractors and vendors shall be reviewed and approved by the IPT. 2.6 Performance Specification The contractor shall develop a performance specification for the rocket motor that reflects the design that is developed and the required operating environments. The specification shall be reviewed and approved by the IPT. The contractor shall deliver the specification to the Government. The contractor shall maintain the specification and revise it accordingly throughout the life of the contract. The specification and all revisions shall be approved by the IPT. 2.7 Lot Acceptance Test Procedure The contractor shall develop a Lot Acceptance Test (LAT) procedure that shall be utilized for the acceptance of all lots of rocket motors delivered to the Government. The procedure shall specify criteria for the acceptance or rejection of a lot of deliverable rocket motors. The LAT procedure shall be utilized for both phases of the contractual effort. On the basis of this procedure the Government reserves the right to not accept delivery of any lot of motors that does not meet the acceptance criteria specified by the procedure. A lot of motors shall be defined as all motors that are produced from a given single batch (mix) of solid propellant. The contractor shall deliver the LAT procedure to the Government for approval. The contractor shall maintain the LAT procedure and revise it accordingly throughout the life of the contract. The LAT procedure and all revisions shall be approved by the IPT. The contractor shall deliver a LAT report with each lot of motors delivered to the Government (under both the basic and optional efforts). The format of the LAT report shall be specified in the LAT procedure and approved as part of that procedure. If any rocket motor failures occur during the LAT process (under either Phase), a failurereport shall be provided to the Government. The format of the failure report shall be specified in the LAT procedure and approved as part of that procedure. 2.8 Prototype Motor Development Program After successful completion of the CDR, the contractor shall execute a Prototype Motor Development (PMD) pro (0114)

Loren Data Corp. http://www.ld.com (SYN# 0007 19980428\A-0007.SOL)


A - Research and Development Index Page