Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF MAY 2, 2001 PSA #2842
SOLICITATIONS

A -- RESEARCH AND DEVELOPMENT -- SURVIVABLE, AFFORDABLE, REPARABLE AIRFRAME PROGRAM (SARAP) TECHNOLOGY

Notice Date
April 30, 2001
Contracting Office
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
ZIP Code
23604-5577
Solicitation Number
DAAH10-01-2-0004
Response Due
May 15, 2001
Point of Contact
Mr. Tremayne Terry, Contract Specialist, Phone No.: (757) 878-4825
E-Mail Address
Point of contact for this announcement (tterry@aatd.eustis.army.mil)
Description
The Aviation Applied Technology Directorate (AATD) is soliciting technical abstracts and ROM costing for conduct of Research & Development as described below. Abstracts and ROM costing are required to be submitted in accordance with the guidelines set forth herein. This Research Announcement (RA) constitutes the total solicitation. There will be no formal Request For Proposals (RFPs), other solicitation requests, or other information regarding these requirements. INTRODUCTION: As the Army moves forward to the fielding of the Objective Force, significant improvements in efficiency and affordability of aviation platforms are needed. To provide aviation platforms the increased range and payload capabilities required for the Objective Force, advanced rotor, structure and drive system technologies are necessary. The goals for the next generation aviation platforms are defined in the DOD's Rotary Wing Vehicle (RWV) Technology Development Approach (TDA). To insure that aviation platforms are effective and affordable the Army intends to develop and demonstrate critical technologies between FY01 and FY09 such that these technologies are available for: (1) Transition into product improvement programs for existing air vehicle platforms that will be a part of the Army's recapitalized legacy / Objective Force. (2) Transition of these technologies into a System Development and Demonstration (SDD) Phase for a new Large Cargo Transport Rotorcraft beginning in FY10. The Government's strategy to achieve this, is to conduct independent Technology Demonstrations (TD's) at the component/subsystems level during the FY01-05 timeframe. These TD's will be followed by an Advanced Technology Demonstration (ATD) of these technologies plus Helicopter Active Control Technology at the integrated systems level during the FY05-09 timeframe. The independent Technology Demonstrations (VGARD, SARAP, and RDS-21) include the development and demonstrations of rotor, structures and drive system technology beginning at the end of FY01. The SARAP, VGARD, and RDS-21 programs will develop and demonstrate critical structures, rotor, and drive system technologies necessary to achieve the next phase of the Rotary Wing Vehicle (RWV) Technology Development Approach (TDA) goals at the component/ subsystem level by FY05. These Technology Demonstrations will be executed as Technology Investment Agreements that are Cooperative Agreements pursuant to 10 U.S.C. 2358. While these Technology Demonstrations are focused on the development and demonstration of the critical technologies needed to enter a large cargo transport rotorcraft SDD in FY10, it is the Government's desire to maximize the potential for technology transfer to the aircraft of the recapitalized legacy / Objective Force. Therefore, it is the Government's desire to conduct Component/Subsystem Level Technology Demonstrations using the aircraft of the recapitalized legacy / Objective Force as test beds, to the maximum extent possible. At the same time the Government desires to maintain a technical development approach which will enable demonstration of these critical technologies at the systems level in a Integrated System Testbed prior to entering a SDD for a large cargo transport rotorcraft. Multiple awards are anticipated considering the technical merit of each response (technical concepts proposed, technical approach to demonstrate critical technologies, potential for technology transition to recapitalized legacy / Objective Force aircraft as well as to the development of a new large cargo transport aircraft), proposed industry cost share, and the availability of Governments funding. The period of performance for these TD's is approximately 48 months. The Rotorcraft Integrated Platform Technology (RIPT) Advanced Technology Demonstration will be initiated in FY05. The period of performance for RIPT is approximately 52 months. The objective of the RIPT will be to demonstrate the integration of VGARD, SARAP, RDS-21, and HACT technologies at the system level by the end of FY09. The RIPT is currently envisioned to be the integrated demonstration of rotor, flight controls, drive system and structures technology on a recapitalized legacy / Objective force aircraft and/or an integrated rotor, drive system and flight control technology for a large cargo transport Rotorcraft Integrated Systems Testbed. The RIPT period of performance will be from FY05 to FY09. The objective and approach for RIPT will be driven by several factors to include the status of the Army and Joint plans for a large cargo transport rotorcraft, available funding and maturity of the respective technologies by FY05. The subject of this RA is the SARAP program. TECHNICAL DESCRIPTION: SARAP is a four-year effort that will demonstrate structures technology at a Technology Readiness Level (TRL) of 6 relative to Rotary Wing Vehicle Technology Development Approach Phase 3 Structures Technology Objectives for improved structural efficiency and affordability compared to 1994 baseline technology. For more information and background see the following website: (http://www.aatd.eustis.army.mil/docs/sarap.htm). S&T affordability techniques, such as design for 6-sigma manufacturability, Quality Function Deployment (QFD), predictive risk management, virtual prototyping and integrated product teams, will be used to improve the engineering development process. AATD intends to invest in demonstration of an overall structures TRL 6 by the end of FY05. To merit award, respondents must have a clear plan for transition of demonstrated technology into legacy and objective force systems. Exit criteria are anticipated to be 11% structural weight fraction (25% reduction) and 9.4 manufacturing labor hours/pound (40% reduction). The envisioned effort will also demonstrate the requirements and attributes that include (1) Development and validation of a virtual prototype capability; (2) Scalable to a future large cargo rotorcraft capability; (3) 40% Reduction in component development time; (4) Crashworthiness; (5) Reparability; and (6) Ballistic and MANPADS tolerance. This effort will be executed in two parts: (1) Technology Maturation and Comparison Studies and (2) Virtual Prototype Development and Validation. ANTICIPATED FUNDING LEVEL AND PERFORMANCE PERIOD: Planned Government funding for all acquisitions to satisfy this announcement is $20-22 million total over roughly four Government fiscal years, from FY01-05. Period of performance for the Technology Maturation and Comparison Studies will be from FY01-04 with a Government investment of $8 11 million. Period of performance for the Virtual Prototype Development and Validation will be from FY03-05 with a Government investment of $10 12 million. The Government anticipates industry cost sharing of up to 50% of the total cost (inclusive of Parts 1 and 2). Only successful respondents for Part 1 will be eligible for the Part 2 virtual prototype development and validation, which will be awarded based upon submissions and uniform down-select criteria stated in the resulting agreements for Part 1. The Government will not make an award for the first part of the program unless the respondent is deemed capable of performing the second part. TYPE OF CONTRACT: The Government contemplates award of a Technology Investment Agreement with up to 50-50 cost sharing desired. DELIVERABLES: All awards under this announcement will require delivery of the following data items: (1) Management/Program Plan, (2) Bi-monthly Progress, Cost, and Performance Reports, (3) Test Plan, and (4) Final Report. EVALUATION CRITERIA/BASIS FOR AWARD: AATD encourages industry collaboration to maximize the benefit of the SARAP technology demonstration. AATD will entertain abstracts from individual respondents. The selection of one or more sources for further discussion will be based on a scientific and/or engineering evaluation of technical abstract and ROM costing as it relates to technical effort in accordance with the criteria set forth in this section. Evaluation of the abstracts will result in narrative ratings. On the basis of the evaluations, AATD intends to enter into a QFD approach to negotiate definitive statements of work. In alpha-contracting like discussions, realistic and reasonable cost will be developed. Technical abstracts will be evaluated with respect to technologies and actions that will lead to a TRL of 6 by FY05 for the identified program attributes. The following criteria will be used: (1) Virtual prototype validation philosophy. Risk assessment/mitigation philosophy and, in general terms, an explanation of how exit criteria will be demonstrated should be included. Scalability to large cargo rotorcraft should be addressed. (2) Virtual prototype capability. Design, analysis, modeling, and simulation tools should be discussed according to function, as well as the degree of integration. Investment needed for full VP tool development and integration should be estimated. (3) Technology transition opportunities and planned approach. The target legacy or objective force aircraft for the virtual prototype design should be discussed. Baseline weight and manufacturing labor hours should be provided. Readiness for RIPT in FY05 should be discussed. (4) Cost to the Government. ROM pricing for the total (Parts 1 and 2) program should be included. 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 program announced in this RA 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 RA. If Government Furnished Property is necessary, it shall be detailed in the abstract. GENERAL: Abstracts submitted must consist of a clear statement of program concepts, ideas, and methodologies based on the evaluation criteria and ROM costing based on maturing technologies to TRL 6 and development and validation of a virtual prototype. This RA will remain open until 4:15 p.m., eastern time May 15, 2001. Awards under this announcement are anticipated to be made by September 30, 2001. The Government reserves the right to select respondents for further discussion based on only a portion of a respondent's abstract. Multiple abstracts from the same respondent that address different solutions or that address only part of the problem under the topic will be accepted and evaluated independently. 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. This 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. Abstracts must be submitted in original and four (4) copies. Abstracts, including the cost section, shall not exceed 15 pages. Submissions should be marked with the above announcement number and addressed to the Aviation Applied Technology Directorate, AMCOM, and ATTN: AMSAM-RD-AA-C (Tremayne Terry), building 401, Lee Boulevard, Fort Eustis, VA 23604-5577. Respondents desiring an explanation or interpretation of this announcement must request it in writing at the above address (Datafax (757)878-0008)or tterry@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 respondent concerning this announcement which is necessary in submitting abstracts or the lack of which would be prejudicial to any other prospective respondent(s) will be published as an amendment to this announcement. A copy of any cited reference/clause is available from the issuing office (Tremayne Terry, (757) 878-4825).
Web Link
Web link to information referenced in this announcement (http://www.aatd.eustis.army.mil/docs/sarap.htm)
Record
Loren Data Corp. 20010502/ASOL002.HTM (W-120 SN50K732)

A - Research and Development Index  |  Issue Index |
Created on April 30, 2001 by Loren Data Corp. -- info@ld.com