Loren Data Corp.

'

  
COMMERCE BUSINESS DAILY ISSUE OF AUGUST 29, 2001 PSA #2925
SOLICITATIONS

A -- ELECTRIC ACTUATION TECHNOLOGY FOR SUBMARINES

Notice Date
August 27, 2001
Contracting Office
Office of Naval Research, 800 North Quincy St., Arlington, VA 22217-5660
ZIP Code
22217-5660
Solicitation Number
01-027
Response Due
September 29, 2001
Point of Contact
Ms. Elaine Martin ONR 334, (703) 696-0945; E-mail: martine@onr.navy.mil
Description
The Office of Naval Research (ONR) is soliciting white papers for new and innovative research which will advance Electric Actuation technology appropriate to Navy submarines. Electric actuators are one of the major enablers for achieving the Submarine Force Vision of a reconfigurable, modular submarine. Hydraulic actuators are currently the primary means of controlling and positioning equipment on submarines. Hydraulic power supports operation of most of the major ship systems, including ship maneuvering control, weapons handling and launching, mast and antenna deployment, sonar, and valve actuation. Submarine actuation requirements range from low power, intermittent duty, and discrete positioning to high power, continuous duty, and variable positioning applications. Reduction or elimination of the submarine hydraulic system through implementation of electric actuator systems has the potential to reduce ship acquisition and maintenance costs, environmental and fire hazards, and standby actuator noise. Electric actuation systems will capitalize on future ship wide reconfigurable electric power systems Electric Actuator Development Areas Several technology areas have been identified where improvements in component technology would yield electric actuation systems compatible with the submarine mission and environment and facilitate the implementation of electric actuation throughout a submarine. Power Density: To meet shipboard installation and performance requirements, the power-to-size ratio of electric actuator systems must be increased to that of current hydraulic actuators. Electric actuator system size considerations must include not only the electromechanical hardware, but also their associated power distribution, control and thermal management systems. Acoustic Signature: To meet submarine machinery acoustic requirements, the noise levels of current electric actuator systems must be reduced. Acoustic sources from electric actuator system components include power control frequencies, motor noise, and mechanical tones from the speed reducers typically required for low speed, high torque actuation. Unique and innovative designs and silencing techniques for acoustic source reduction and transmission attenuation may need to be developed to make acoustic levels of electric actuators acceptable for submarine use. Submerged Operation: Maneuvering surface actuation and future submarine machinery concepts will require electric actuator systems or system components to operate external to the submarine pressure hull in a fully submerged environment. Maneuvering surface actuators must be fail safe, low maintenance, corrosion resistant, able to hold position against overhauling loads, and able to withstand high transient loading due to wave slap and shock. The performance, acoustic, and environmental requirements of external actuation make it a significant challenge to submarine electric actuator implementation. Electric Actuator System Components The following electric actuator system components have been identified as high priorities for development with respect to the outlined technology areas: Power Distribution: Includes ship system power interface, distribution, and conversion components required to meet actuator system power needs. Improvements in acoustic signature and power density in these components are desired. Energy Storage: In the event of loss of power, certain mission-critical machinery must possess the ability to execute a number of cycles before returning to a known, safe position. Power dense energy storage devices will enable this function in electric actuation systems Control System: Includes power controllers, sensors, and quiet motor control systems. Actuators and their controllers must be developed concurrently. In addition, the control system should provide information that monitors the actuator's state and accommodates condition-based monitoring. Prime Mover: Technologies include advanced, quiet motor topologies, linear motors, direct drive motors (low speed, high torque), and "smart materials". Also includes quiet integral motor pumps for electro-hydrostatic actuator systems. Improved power density, reduced acoustic signature, and the creation of submergibility in these components is required. Mechanical Transmission: Lacking direct drive electric actuators, mechanical transmission components such as epicyclic gear trains or traction drives are necessary to create the low speed, high torque output required by most submarine actuation applications. Also included are linkages, racks, clutches, bearings, and mechanical locking devices. Transmission component development is required to minimize size and weight, reduce mechanical operating noise, and enable component operation in a submerged environment. Actuator Operational Guidance/Ranges Output Power Ranges: Linear actuators: 1 -- 85 HP Hydraulic Motors: 10 -- 40 HP Rotary Actuators: 2 or 3 position; 0.5 -- 20 HP Output Load: Linear Actuators: up to 350,000 lbf Rotary Actuators: 500 -- 250,000 in-lb INSTRUCTIONS FOR PREPARATION OF WHITE PAPERS White Papers are due by 1600 (local time) on 29 September 2001 White Papers should be received at the Office of Naval Research, Attention 334, BCT-1, Room 528, 800 N. Quincy St., Arlington, VA 22217-5660. Ms. Ellie Martin, phone number, (703) 696-0945 or e-mailed to martine@onr.navy.mil. Faxed copies are not acceptable. White papers are initially sought to preclude unwarranted effort on the part of an offeror in preparing a full proposal. Offerors submitting the most promising white papers will be encouraged to submit a full technical and cost proposal on all or part of their white paper submission. However, such an encouragement does not assure a subsequent award. Formal proposals may also be presented by offerors whose white papers were not deemed to be promising, but the chance of an award is not high. Thus offerors should use the white paper phase as a good indication of how a full proposal would likely be evaluated by the Navy. Format White papers (one original and two copies, 10 pages maximum, excluding cover), with a font size no less than 12, should include the following items: (A) Cover page, clearly labeled "WHITE PAPER", including the BAA title and date, proposal title, plus the technical point of contact along with telephone, facsimile numbers, and email addresses; (B) Technical description of the proposed effort; (C) Technical approach; (D) Anticipated results and benefits (E) Summary of the deliverables associated with the proposed research; (F) Schedule and milestones for the proposed research; (G) Cost of the proposed effort, broken down by year. (H) Summary of company experience. There is a possibility that several contracts, and/or grants, will be awarded during FY02. Under appropriate circumstances the implementing instrument may be a cooperative agreement or an other transaction agreement. Total funding available for the duration of this BAA is estimated to be $1.5 M per year for applied research efforts for a 24-month performance period. The government reserves the right to select for award all, some, or none of the proposals. Criteria For Evaluating And Selecting White Papers and Full Proposals White papers/Proposals will be evaluated on the following criteria: 1. Overall scientific, and technical merits. 2. Potential contributions of the effort to Future Electric warship 3. Potential for multiple program, multiple platform or multiple sponsor support 4. Potential for transition to higher category program and/or fleet capability 5. Technical feasibility and realism of risk factor 6. Realism of the proposed cost and availability of funds. It is not the intent of this BAA announcement to establish new facilities. For awards to be made as contracts, the socio-economic merits of each proposal will be evaluated based on the extent of commitment by the offeror in providing meaningful subcontracting opportunities for small businesses, HUBZone small businesses, small disadvantaged businesses, woman-owned small business concerns, veteran-owned small businesses, historically black colleges and universities, and minority institutions. The North American Industry Classification System (NAICS) code for this solicitation is 541710 (which corresponds with the standard industrial classification code of 3721) with the small business size standard of 1,500 employees. In accordance with FAR Part 52.219-9, contract proposals that exceed $500,000, submitted by other than small business concerns, must be accompanied by a subcontracting plan that separately addresses subcontracting with small businesses, veteran-owned small businesses, HUBZone small business concerns, small disadvantaged businesses, and women-owned small business concerns. Historically Black Colleges and Universities (HBCU) and Minority Institutions (MI) are encouraged to submit abstracts and/or join others in submitting white papers and proposals. Full proposals should be sent to the Office of Naval Research, Attention 334, BCT-1, Room 528, 800 N. Quincy St., Arlington, VA 22217-5660. Ms. Ellie Martin, phone number, (703) 696-0945 or e-mailed to martine@onr.navy.mil. Faxed copies are not acceptable. Proposals will be protected from unauthorized disclosure in accordance with FAR 3.104-5 and 15.207. Government personnel will perform the evaluation of the proposals. Restrictive notices notwithstanding, one or more support contractors may be utilized as subject matter experts and required to handle the proposals submitted in response to this BAA. The support contractor will not be involved in the technical evaluation or selection of proposals for award. Each support contractor's employee having access to the proposals submitted in response to this BAA will be required to sign a non-disclosure statement prior to receipt of any proposal submissions. The due date for Full Proposals is not later than 1600 (local time) on 15 November 2001. Submit an original and three hard copies, along with an electronic copy on CD or floppy disk of White Papers and full technical and cost proposals. Offerors should follow the same format instructions for full proposals as the instructions listed above for submission of white papers. The Materials S&T Division of ONR will evaluate proposals submitted. Those offerors that submit white papers can expect feedback from the white papers by 01 November 2001. For general guidance on how to submit a proposal to the Office of Naval Research, interested parties can access the ONR website at www.onr.navy.mil/scripts/02/howtosubmit.asp. The Government may require the negotiation and execution of a Technology Transition Agreement (TTA) with any selected awardee prior to the date that a formal contract or other funded agreement is signed. The TTA is intended to ensure that the research and development in the proposal is likely to result in a scientific improvement that will transition to the Navy's operating forces. This announcement constitutes a Broad Agency Announcement as interpreted under the Federal Acquisition Regulations Section 6.102(cd)(2). No separate Request for Proposals will be issued.
Record
Loren Data Corp. 20010829/ASOL001.HTM (W-239 SN50W0B8)

A - Research and Development Index  |  Issue Index |
Created on August 27, 2001 by Loren Data Corp. -- info@ld.com