Loren Data Corp.

'

 
 

COMMERCE BUSINESS DAILY ISSUE OF JUNE 15,2000 PSA#2622

Aviation Applied Technology Directorate, U.S. Army Aviation and Missile Command, Attn: AMSAM-RD-AA-C, Building 401, Lee Blvd, Room 117, Fort Eustis, VA 23604-5577

A -- ADVANCED INLET PARTICLE SEPARATOR SOL DAAH10-00-2-0007 DUE 080300 POC Ms. Beth Jackson, Contracting Specialist, Phone No. (757) 878-0086 E-MAIL: Aviation Applied Technology Directorate, AMCOM, ejackson@aatd.eustis.army,mil. DESC: The Aviation Applied Technology Directorate (AATD) is soliciting technical and cost proposals for conduct of 6.2 Research & Development 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 (RFPs), other solicitation requests, or other information regarding these requirements. INTRODUCTION: The U.S. Army's experience in desert operations demonstrated that a substantial improvement is needed in Inlet Protection Systems on helicopter engines. Sand ingestion causes severe performance degradation, excessive wear, increased maintenance and eventually premature failure of the engines. In order to extend the life of helicopter main engines in severe sand environments, new and innovative Inlet Protection System concepts and technologies must be explored. Current Inlet Particle Separator (IPS) technology is capable of removing large sand particles (0-1000 micron), but experience a dramatic reduction in sand removal efficiency as particle sizes decrease (0-80 micron). For example, extremely fine sand particles below 10 microns in diameter (prevalent in the Middle East) proved to be especially problematic during Operation Desert Storm. The entire fleet of military helicopters experienced fine sand ingestion into their turbomachinery, which compromised engine performance and significantly reduced the normal life expectancy of their engines. Other designs (passive barrier systems, electrostatic precipitators, etc.) have not been able to achieve desired levels of protection without sacrificing required engine performance or hampering operations. TECHNICAL DESCRIPTION: The purpose of this program is to develop advanced IPS technology to increase separation efficiencies compared to current systems without sacrificing engine performance or hampering operations. Goals for this program are: 1) Increased sand separation efficiencies, 2) Reduced pressure loss, 3) Reduced O&S cost and 4) Reduced weight. The technology developed in this program will be applicable to current fielded U.S. Army engines and be scaleable for future U.S. helicopter engines. The IPS will be in an airflow class size that is of interest to the Army. The IPS will meet minimum sand separation efficiencies of 98% for coarse sands and 80% for fine sands (defined in draft specification AV-E-8593F PRF). See the following WEB site for the specification document. http://www.aatd.eustis.army.mil//docs/DAAH10-00-2-0007_IPS_SPEC.doc Sand separation efficiency will be measured in terms of "concentration" rather than "weight". The engine will experience no more than 1.5% (1.0% or less desired) pressure drop after installation. The design effort will be based on validated analytical codes. The IPS will be sufficiently rig tested to ensure efficiency levels, pressure losses, and mass flow rates have been properly demonstrated. The scavenge system will be fabricated from material that is durable enough to survive the rig test. Additional research for engine testing may be pursued depending on success of the IPS and availability of funding. The task will consist of fabricating engine test hardware and testing the IPS on an actual engine in a test cell. Engine test hardware will include all components needed to adapt IPS to the engine. Incorporation of this task will be by mutual agreement between the parties, and a term to this effect will be included in the agreement resulting from this announcement. This task will not be factored into the evaluation prior to award. ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Planned funding for all potential awards to satisfy this topic is $1.4M total with a Government Cost Share of $700K. Period of performance is not to exceed 40 months technical effort and additional 3 months for submittal of final report. An additional 6 months will be added if the engine testing is pursued. Proposals must follow the guidelines described in this solicitation. TYPE OF CONTRACT; The Government contemplates award of a Technology Investment Agreement with 50-50 cost share. DELIVERABLES: All contracts awarded under this solicitation will require delivery of the following data items: (1) Quarterly Performance/Cost Reports, (2) Test Plan, and (3) Final Report. EVALUATION CRITERIA/BASIS FOR AWARD: 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 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 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, creative, efficient, and affordable approaches to the technical objectives. (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. (5) Cost. SECURITY REQUIREMENTS: All work performed under resulting agreement(s) will be unclassified and will not require access to classified material. A determination has been made that performance under the agreement(s) will require access to and/or generate technical data the export of which may be 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. firms as prime contractors. GOVERNMENT FURNISHED PROPERTY: No Government Furnished Property is anticipated under this agreement(s) resulting from this BAA. If Government Furnished Property is necessary, it shall be detailed in the offerors proposal. GENERAL: 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) which includes the following tasks and associated milestones: Task I. Aero. & Mechanical Design; Task II Fabrication; Task III Rig Testing ; Task IV Final Briefing and Task V Additional research for Engine Test; a technical plan; a biographical section describing key personnel; a funding profile by Government fiscal year (1 Oct. 30 Sep.); a cost proposal; and a program management section. The cost proposal must include cost breakdown providing man-hours by task, all pricing rates used, other direct costs, and equipment and materials listings, if applicable. Use of separate volumes for technical and cost data is acceptable but not required. Subrecipient/subcontract proposals, if applicable, including pricing rate details, should be provided concurrent with the prime's submission. This BAA topic will remain open until 4:15 p.m., eastern time August 3, 2000. Awards under this announcement are anticipated to be made by September 30, 2000. However, unless the offeror specifies a different expiration time, proposals will be considered valid for Government acceptance through 31 December 2000. 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., certaintasks 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 contribution 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. Cost share will be calculated as follows: contractor cash plus in-kind contribution divided by project value. Any resulting agreement value will exclude recipient's "sunk" costs of prior research as cost match. Only additional resources that will be provided by the recipient to carry out the current project will be counted. In the case of intellectual property (IP), value of the statutorily protected IP will be based on reasonable use (e.g. license, royalties) charges. These reasonable use costs will be included as cost contribution to the project. The 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 30 pages. Proposals should be marked with the above solicitation number and addressed to the Aviation Applied Technology Directorate, AMCOM, and ATTN: AMSAM-RD-AA-C (Beth Jackson), building 401, Lee Boulevard, 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)or ejackson@aatd.eustis.army.mil. 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 issuing office (Beth Jackson, (757)878-0086). Posted 06/13/00 (W-SN464369). (0165)

Loren Data Corp. http://www.ld.com (SYN# 0009 20000615\A-0009.SOL)


A - Research and Development Index Page