|
COMMERCE BUSINESS DAILY ISSUE OF MAY 11,1999 PSA#2343Aviation Applied Technology Directorate, U.S. Army Aviation and Missile
Command, Attn: AMSAM-AR-TC, Building 401, Lee Blvd, Room 117, Fort
Eustis, VA 23604-5577 A -- RESEARCH & DEVELOPMENT -- BROAD AGENCY ANNOUNCEMENT SOL
DAAH10-99-R-0006 DUE 070299 POC Tremayne W. Terry, Contract Specialist,
Phone No.: (757) 878-4825 E-MAIL: AATD, tterry@aatd.eustis.army.mil.
The Aviation Applied Technology Directorate (AATD) is soliciting
technical and cost proposals for conduct of Research and Development
(R&D) programs. 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 (RFPs), other solicitation requests, or other
information regarding these requirements. Subject areas of interest
include: TOPIC 01-99: Complex Composite Structural Concepts. TECHNICAL
DESCRIPTION: Complex composite parts are difficult to design for
manufacture using co-curing technologies. Typical designs incorporate
multiple cure cycles with bond and assembly jigs to maintain proper
alignment and tolerances. We desire research to develop methods of
designing and producing complex composite components so that the
resultant product is dimensionally accurate, structurally sound, and
fully cured with minimal residual stresses. Proposed solutions should
include innovative designs, reduce required assembly labor per pound by
at least half, allow for single step co-cured assemblies, and have no
adverse impact on inspection or quality analysis costs. Proposed
concepts should improve part alignment, bond-line consistency and,
bond-line integrity. Technology solutions should address representative
helicopter components that are sufficiently complex to benefit from a
redesign effort integrating several subassemblies for cost
effectiveness or structural efficiency. Proposals that demonstrate
concepts likely to provide required cure and consolidation energy input
to sections of significantly varying thickness will be judged most
favorably. Methods to include metal lugs and fittings into net cured
parts are also desired. Proposals should establish an assembly labor,
inspection, quality, and cost baseline for technology application. The
envisioned effort should include: 1) Technology concept trade-off and
product quality studies; 2) Concept modeling and simulation for risk
mitigation; 3) Full-scale fabrication demonstration; 4) Pilot
production evaluation in terms of established baseline; and 5)
Technology transfer and production implementation. ANTICIPATED FUNDING
LEVEL AND PERFORMANCE PERIOD: The Government requires a cost sharing
effort on this partially ManTech funded program. Government funding is
available from 4th Quarter Government FY99 through FY01. Planned
funding for this research is about $1,700K total over 3 Government
fiscal years for all awards. Proposals must follow the guidelines
described in this solicitation. In addition, proposals must include
sections describing the technological approach, outlining the
qualifications of the researchers, presenting a cost sharing proposal,
and describing a technology transfer plan. TOPIC 02-99: Adaptive
Landing Gear Concepts. TECHNICAL DESCRIPTION: Military helicopter
landing gears are designed to withstand a variety of hard landing and
crash conditions. The landing gears have to absorb energy and protect
the aircraft occupants at sink speeds from 6 feet per second (fps) to
42 fps with various forward velocity and roll/pitch requirements.
Current Army fleet helicopters now operate at mission weights that
exceed original design structural gross weights by up to 90%. The
result is a reduction in sink speeds that can lead to increased
component wear rates, more maintenance, and greater threat to aircraft
occupants. The objective of this program is to develop new technology
that results in enhanced energy absorption capability for conventional
helicopter landing gears at any operational weight, without the weight
penalty of scaling up a traditional landing design. Possible solutions
include active, semi-active, or passive control; novel shock strut
concepts; and advanced materials. Proposed technology solutions should
not include redesign of airframe fittings. Designs should be validated
through limited testing. The proposed solution should: 1) Make use of
current modeling tools for design and analysis; 2) Attenuate peak
loads; 3) Meet 12 fps normal landing (ADS-29) and 20 fps with no
fuselage contact (ADS-36) requirements; 4) Eliminate ground resonance
at onset; and 5) Provide a flexible design solution for a range of
conditions to include normal operations, air transport loads, taxi
bumps, hard landings, and crash. ANTICIPATED FUNDING LEVEL AND
PERFORMANCE PERIOD: Planned funding for all acquisitions to satisfy
this topic is about $1.7M total over four Government fiscal years, from
4th Quarter FY99 through FY02. Proposals must follow the guidelines
described in this solicitation. Also, any Government Furnished
Equipment (GFE) requirements should be detailed. TOPIC 03-99:
Dynamically Tailored Airframe Structures. TECHNICAL DESCRIPTION: Cargo
transport and self-deployment missions are typically flown at
extremely high gross weight conditions. Maximum alternate gross weight
and light-weight conditions may vary by 70% or more throughout a
mission. The dynamic response of an airframe is expected to change
continually and significantly during a mission, particularly in future
planned or upgraded systems capable of extremely long mission
duration. Passive vibration suppression or isolation systems will
impose severe weight penalties on such large aircraft systems. Reactive
smart skins have been demonstrated effective for actively suppressing
external acoustic noise transmission into the cabin of a commercial
test aircraft. Piezo-electric elements have also been demonstrated
effective in wind tunnel tests for controlling flutter of supercritical
wings in transonic and supersonic states. Actuating elements such as
piezo-ceramic stacks have been shown capable of damping vibration in
beam elements, and with proper control, could dampen entire truss and
other type structures. We desire research and development of active
vibration attenuation concepts applied to rotorcraft primary airframe
structures with the purpose of altering the response frequency of the
platform in response to mission conditions. Proposed technology
solutions shouldaddress smart structure solutions such as: Localized or
distributed vibration controls; Structural response rates and forces
required; A solution to provide a de-tuned resonant frequency response
(away from driving frequencies); Vibration sensing schemes; and
Coordinated actuator response schemes. High efficiency, low power
consumption solutions are desired. Investigation of optimal control
algorithms, such as rapid genetic algorithms and neural network models,
is desired. The envisioned effort should include: 1) Assessment of the
benefits of dynamic structural tailoring for active tuning (or
de-tuning) of a large rotorcraft airframe; 2) Investigation and
recommendation of distributed and/or discrete actuation or active
suppression methods; and 3) Evaluation and recommendation of vibration
sensing and tuning control laws and methods for the feasible actuation
methods. Hardware design, fabrication and testing, as appropriate to
demonstrate or evaluate various concepts should be considered.
ANTICIPATED FUNDINGLEVEL AND PERFORMANCE PERIOD: Planned funding for
all acquisitions to satisfy this topic is about $1,000K total over four
Government fiscal years, beginning FY99. Proposals must follow the
guidelines described in this solicitation. Any Government Furnished
Equipment (GFE) requirements should be detailed. DELIVERABLES: All
contracts awarded under this solicitation will require delivery of the
following data items: (1) Management Plan,(2) Test Plan (if
applicable), (3) Bi-Monthly Cost and Performance Reports, and (4) Final
Report. 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
criteriaset 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 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, efficient, affordable, and suitable
approaches to the stated technical problem; (2) The merit of the
offeror's proposed approach to accomplish the scientific and technical
objectives; (3) The experience and qualifications of the scientists,
engineers, technicians, and other proposed personnel;(4) The
suitability and availability of proposed facilities; and (5) Cost and
risk to the Government. There will be no formal RFP, other solicitation
requests, or other information regarding these requirements. SECURITY
REQUIREMENTS: All work performed under resulting contracts will be
unclassified and will not require access to classified material. A
determination has been made that performance under the contracts will
require access to and/or generate technical data the export of which 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 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. Participation in the programs
announced in this BAA is limited to U.S. and Canadian firms. GENERAL
INFORMATION: Guidance provided in this section applies to all proposals
submitted under this announcement. 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 breakout for each calendar year), 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. 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., EST, July 2, 1999. Proposals
submitted after the cutoff date will be handled in accordance with FAR
52.214-7. A copy of this provision may be obtained from the procuring
office. Awards under this announcement are anticipated to be made
prior to 30 September 1999. However, unless the offeror specifies a
different expiration time, proposals will be considered valid for
Government acceptance through 30 December 1999. 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 offer's proposal (i.e. certain tasks vs.
total program). Multiple proposals from the same offeror that address
different topics, that propose different solutions under a single
topic, or that address only part of the problem under a topic will be
accepted and evaluated independently. It is anticipated that contracts
to be awarded will be either cost-plus-fixed-fee or cost-sharing type
contracts. The anticipated performance periods and contract values are
stated in the individual topic descriptions. This announcement is an
expression of interest only and does not commit the Government to pay
any response preparation cost. No pre-proposal conference will be held.
Proposals must be submitted in original and four (4) copies. Proposals,
excluding the cost section, shall not exceed 40 pages. Proposals should
be marked with the above solicitation number and addressed to the
Aviation Applied Technology Directorate, AMCOM, AMSAM-AR-T-C (T.
Terry), Fort Eustis, VA 23604-5577. In accordance with FAR 52.214-6,
offerors desiring an explanation or interpretation of this solicitation
must request it in writing at the above address, datafax at (757)
878-0008, or e-mail: tterry@aatd.eustis.army.mil. Oral explanations or
instructions given before the award of any contract will not be
binding. Any information given to a prospective offeror concerning this
solicitation, which is necessary in submitting offer or the lack of
which would be prejudicial to any other prospective offeror(s), will be
published as an amendment to this announcement. Any additional
contracting and technical issues should be submitted in writing to the
Contract Specialist, Tremayne W. Terry, via the above datafax number
or e-mail address. All responsible sources may submit a proposal which
will be considered by this agency. Offerors are cautioned that only
Contracting Officers are legally authorized to commit the Government.
See Numbered Note(s): 26. Posted 05/07/99 (W-SN329002). (0127) Loren Data Corp. http://www.ld.com (SYN# 0006 19990511\A-0006.SOL)
A - Research and Development Index Page
|
|