Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF FEBRUARY 16,2000 PSA#2538

U.S. Army Communications-Electronics Command Acquisition Center -- Washington Operations Office, 2461 Eisenhower Ave., Alexandria, VA 22331-0700

A -- BROAD AGENCY ANNOUNCEMENT-ELIMINATION OF WETSACKING ON DIESEL-ENGINE-DRIVEN ELECTRIC GENERATOR SOL DAAB15-00-R-0007 DUE 031500 POC Ana Kimberly, Contracting Officer (703) 325-5800; Jackie McIntyre, Contract Specialist (703) 325-6805 WEB: Click here to access the Army Business Opportunity, acbop.monmouth.army.mil. E-MAIL: Click here to contact the contract specialist via, jmcint@hoffman-issaa2.army.mil. This single topic Broad Agency Announcement (BAA) is being executed as a 100 percent set-aside for historically black colleges and universities (HBCUs), as defined by the clause at 252.226-7000 of the Defense Federal Acquisition Regulation Supplement. Interested HBCUs should provide the contracting office as early as possible, but not later than 15 days after this notice, evidence of their capability to perform the contract, and a positive statement of their eligibility as an HBCU. If adequate response is not received from HBCUs, the solicitation will instead be issued, without further notice, as unrestricted. Questions concerning contractual, cost or pricing proposal format matters may be directed to Jackie McIntyre, Contract Specialist at (703) 325-6805. Individuals with questions on technical matters may refer to Hipolito Jimenez at (703) 704-1855. Potential offerors may contact the cited individuals prior to submission of full-blown proposals in order to discuss technical direction/interests and todetermine if it would be worthwhile to submit a proposal. Copies of the BAA will be available only by accessing the Army's Business Opportunities Page (BOP). CLOSING: Proposals are due by March 15, 2000 at 1400 hours Eastern Standard Time. Submit one hard copy original and one electronic copy of the proposal in Microsoft Word 97 to Commander, US Army CECOM, ATTN: AMSEL-RD-C2-AP-PG (Jimenez), 10108 Gridley Rd. Ste 1, Fort Belvoir, VA 22060-5817, e-mail: hjimenez@belvoir.army.mil. TYPE OF CONTRACT: Cost plus Fixed Fee, NTE $50k. CONTRACT PERIOD OF PERFORMANCE: This is for a total effort of approximately 7 months. GENERAL INFORMATION: BACKGROUND: "Wetstacking" is the buildup of unburned diesel fuel and carbon residues in the engine and exhaust system of diesel engines. This leads to cooler, but rougher running engines and increased vibration. PM-MEP Sample Data Collection efforts have shown that approximately 60-70% of maintenance problems are directly attributable to this problem. The principal cause of wetstacking is generator underloading. That is, running the generator set at loads 50% below the rated load. CECOM has addressed wetstacking for the future family of PM-MEP generators. The on-going AMMPS (Advanced Medium-Sized Mobile Power Sources) Program is investigating the use of variable speed technology, permanent magnet alternators, electronically-controlled direct injected diesel engines, etc. These technologies are anticipated to provide many benefits (increased life, reliability, fuel economy, etc.), including elimination of the wetstacking problem for the future family.The currently fielded TQGs, however, continue to experience wetstacking (see PM-MEP website www.pmmep.org/problem.htm for a description). There are some measures that can be taken to reduce wetstacking such as utilizing load banks to augment the load, choosing the proper generator size, etc. The program proposed herein, however, focuses on elimination of the TQG wetstacking problem through hardware modification, fuel delivery adjustments, injection timing adjustments, etc. This research goal is to investigate various alternatives for a field-installable kit or specific maintenance/adjustment actions that could be accomplished at the unit/direct support level to reduce or eliminate the existing TQG wetstacking problem. Emphasis shall be placed on minimizing the cost of the modification (hardware & labor).DESCRIPTION: The US Army Communications-Electronics Command (CECOM), Command and Control Directorate (C2D), Army Power Division is soliciting proposals for the investigation and exploitation of current or innovative techniques to eliminate wetstacking in current military electric generators. The main objectives for this effort are outlined in the following tasks: Task 1 -- Diesel Engine Research -- Research shall be performed to gain a full understanding of the status of technology on wetstacking of diesel engines. Previous related research & products shall be studied, as well as on-going programs and technology developments.Task 2 -- Feasibility -- Investigate the feasibility of implementing these technologies in diesel-driven military electric generators. Prioritize the different technologies in term of cost and ease of implementation.Task 3 -- Report -- Results and findings of tasks 1 and 2 shall be documented in a final report.OTHER INFORMATION: Proposals should be based upon the following milestones: Award is scheduled for March 31, 2000 with completion by October 31, 2000.TECHNICAL PROPOSAL INSTRUCTIONS: The technical proposal shall include the following sections: 1) Table of Contents; 2) Abstract; 3) Statement of Work (SOW); and 4) Personnel Qualifications. The Table of Contents shall provide the page number for each section. The Abstract section shall summarize the technical effort proposed and shall be limited to 1 page. The Statement of Work (SOW) section shall detail the technical approach proposed for accomplishing tasks 1-3, a schedule for accomplishing the tasks and submitting deliverables, and the resources (other than personnel) proposed for the performance of tasks 1-3. Offerors shall clearly identify the time-frames for preparation, delivery, review and approval for all draft and final reports, and deliverables as appropriate. The Personnel Qualifications section shall describe the role of each team member, contain brief resumes of personnel, and describe the organizational structure of the team.The Technical proposal shall not exceed a total of 10 pages in length, utilizing Times New Roman or Courier New size 12 fonts, exclusive of references, resumes, and cost proposal data. The technical and cost proposals shall be submitted in one volume in order to facilitate a concurrent review and evaluation process.COST PROPOSAL INSTRUCTIONS: The proposal will be evaluated for cost realism and price reasonableness of all resources assigned to the first two tasks and the estimated total contract price.COST PROPOSAL FORMAT: The cost proposal shall include a consolidated price summary. All supporting data necessary toallow for a complete review by the Government shall be included. All details, broken-down by cost element, are to be prepared for each major task along with supporting rationale.EVALUATION CRITERIA: Proposals will be evaluated by a multidisciplinary team having engineering, military, and cost/pricing experience. Basis for Award: Award will be based on an evaluation of the following technical factors, and cost realism and reasonableness. The Government anticipates that one award will be made, but reserves the right to select for award any, all, part or none of the responses received. The Government reserves the right to award contracts as a result of this BAA for two years from the date of receipt of the proposals. R&D funds in the amount of $50,000 have been set aside for this BAA. Proposals shall not exceed $50,000. Specific costs and terms and conditions will be negotiated prior to award. The following factors and subfactors are in descending order of importance: 1) Scientific and Technical Merits—the overall scientific and technical merits of the proposal, including, but not limited to:The relevance to DoD Tactical Quiet Generators (TQG), 5, 10, 15, 30 and 60 kW.Soundness of the planned approach for conducting tasks 1-3 2) Personnel Qualifications -- the knowledge, skills, and abilities of personnel relative to the tasks to be performed, and the organizational structure of the proposed team.3) Cost -- price realism and price reasonableness for the general approach to this effort and submission of required documentation.REFERENCES: The following publications are provided for reference purposes:1. PM-MEP website: www.pmmep.org/problem.htm.2. CECOM website: www.cecomac.army.mil. Posted 02/14/00 (W-SN425170). (0045)

Loren Data Corp. http://www.ld.com (SYN# 0004 20000216\A-0004.SOL)


A - Research and Development Index Page