SOLICITATION NOTICE
10 -- Manned Ground Vehicle Integrated Power & Energy System Concept Study for MGV subcontractor to Future Combat Systems Program
- Notice Date
- 9/23/2005
- Notice Type
- Solicitation Notice
- NAICS
- 336992
— Military Armored Vehicle, Tank, and Tank Component Manufacturing
- Contracting Office
- TACOM - Warren Acquisition Center, ATTN: AMSTA-AQ-AMB, E Eleven Mile Road, Warren, MI 48397-5000
- ZIP Code
- 48397-5000
- Solicitation Number
- FCSSDD-05-004
- Response Due
- 10/23/2005
- Archive Date
- 12/22/2005
- Small Business Set-Aside
- N/A
- Description
- The following is a combined synopsis/solicitation placed on FBO at the request of a Future Combat Systems program One Team Partner. It does not represent a announcement by the Government for the purchase of goods or services. The procuring entity is General Dynamics Land Systems with the contact information contained below. Please do NOT contact the buyer identified in the FBO announcement for information as you will simply be referred to GDLS. The Government is posting this information on FBO to allo w the widest range of offerors to be aware of the solicitation. Manned Ground Vehicle Integrated Power & Energy System Concept Study BIA Number: GDLS-BIA-2005-IP&E001 PRICING INFORMATION The program anticipates a funding level of up to $104,000 for each of up to three Phase 1 contract award(s) and a funding level up to $1.2M for one Phase 2 down-select contract if awarded. DETAILED DESCRIPTION OF EFFORT AND TASKS The Future Combat Systems (FCS) Manned Ground Vehicle (MGV) is a System of Systems (SoS) concept of manned Hybrid Electric Vehicles (HEVs) in the nominal 24 US ton weight class. These systems will perform a variety of tasks in support of the Organizationa l and Operational (O&O) guidelines for the SoS. The MGV will be part of an organization of vehicles, sensors, C2 hardware & software systems, and communications systems. Variants of the FCS include combat, command, tactical and support vehicles, and will have capabilities to conduct full spectrum operations. The work effort under this SOW includes development and preparation of executable concepts for an Integrated Power and Energy (IP&E) architecture with the identification of key technologies and/or enablers to achieve MGV requirements within the development timeframe. Optimization of power generation, energy storage and use are the drivers for this effort. FCS MGV Notional Program Schedule: Event Tentative Date System Functional Review (SFR) 1st Quarter 2006 Preliminary Design Review (PDR) 1st 2nd Quarter 2008 Critical Design Review (CDR) 1st 2nd Quarter 2009 1st Prototypes 3rd Quarter 2010 Qualification Testing 3rd Quarter 2010 through 3rd Quarter 2012 This effort will be separated into two phases. The first phase will consist of up to three competitive awards to different entities to independently develop concepts for an IP&E solution to efficiently meet FCS MGV requirements for a system-level solution retaining commonality to the maximum extent possible across all MGV systems. The second phase, if awarded, will consist of a down-select of one of the competitors, contracted in Phase 1. The down-selected contractor will become an integral part of the F CS IP&E Analysis & Integration Team (AIT) to further mature these concepts, or concepts developed by the current FCS Integrated Project Teams (IPTs), into an executable Best Technical Approach (BTA) to meet near term and long term developmental objectives and timeframes. The core Power and Energy System should provide an optimal balance of generated vs. stored power for mobility and non-mobility loads. The system should feature a high availability, fault tolerant architecture and provide external power d elivery and acceptance. Above all, the system must minimize weight/volume yet provide for growth and uncertainties. The preferred P&E architecture encompasses the hardware for power generation, energy storage, traction drive, thermal management, power di stribution, and external power. Synergy with other subsystems such as environmental cooling and pulse power systems (e.g. active protection) is highly desirable. The selected contractor(s) must be fire-walled from their other corporate entities who maybe competing to be a FCS supplier according to FCS firewall procedures. PHASE 1 TASK DESCRIPTIONS Task 1-1 Develop alternative concept(s) for an IP&E architecture based on FCS MGV requirements, and constraints (i.e. space, geometry and weight) exploiting synergy with other FCS pa rallel efforts, the vendors experience, and third-party technologies to define an architecture which can be expected to be achievable within the program milestone dates. Concepts must consider all requirements, aspects and constraints including the Oper ational Requirements Document (ORD), Organizational and Operational (O&O) document, the system/sub-system requirements data base and other guiding information to ensure compatibility with program objectives. This work will be performed independently, and in parallel to, on-going FCS program efforts Task 1-2 Apply MGV power, energy, thermal and weight budgets (static and dynamic) for the proposed solutions and show how the performance requirements will be met within these budgets while maintaining system growth capability. Task 1-3 Prepare a draft IP&E specification to the major element level based on the developed concept. Task 1-4 Provide ROM costs for development and production of the proposed solution, assuming 120 units in the first year of production as shown on attached Master Schedule. Identify ROM development costs associated with the maturation of the technologies incorpora ted in the concept to ensure they are at a sufficient state of maturity (i.e. TARDEC Technology Readiness Level 4/5) to enter the FCS Increment 1 Systems Development and Demonstration (SDD) Phase. Identify Non Developmental items (NDI) in the approach tha t are already at the maturity level for incorporation into the program. Identify any known licensing/royalty costs associated with the use of key technologies contained in the approach Task 1-5 Provide preliminary SDD program plan to include at a minimum: preliminary system manufacturing plan, long lead items list, project critical path, preliminary subsystem/vehicle system level test plan, program risk issues, enabling technologies and their sta te of maturity and key attributes/discriminators relative to the selection of the architecture/approach for further development and Phase 2 down-select. PHASE 2 TASK DESCRIPTIONS Task 2-1 Participate in the preliminary design of an Integrated Power and Energy system for the Future Combat Systems MGV, incorporating the best features of industry and Government in concert with SoS approaches to include influence on variant and common systems, subsystems and component designs. This will essentially be a level of effort through Preliminary Design Review but progress will be measured using Earned Value Measurement Systems (EVMS). Tasks will be as assigned as part of the FCS IP&E Analysis & Inte gration Team (AIT). The selected contractor must remain firewalled from their other corporate entities who maybe competing to be a FCS supplier. SCHEDULE Schedule and duration of on-site support - No on-site support other than reviews and coordination meetings is required. Schedule Milestones Phase 1 Subcontract Start Date TBD Phase 1 Initial Coordination (Kickoff) Meeting 10 Days After Contract Award (ACA) Phase 1 Interim Coordination Meetings (In Process Reviews), 30 and 60 days ACA Phase 1 Final Coordination Meeting - (Final Review), 48 days ACA Phase 1 Subcontract Completion Date 90 days ACA Phase 2 Kick off meeting within 10 days ACA Phase 2 Interim milestones as established by the IP&E AIT Phase 2 Final Coordination Meeting & Final Report (FR) NLT 10 days after the completion of the Increment 1 Preliminary Design Review (Currently planned for 2Q08) MEETINGS Number, duration(s) and location(s) of meetings Phase 1 Kickoff Meeting and Site Tour Vendors Site (1/2 day) Phase 1 and Phase 2 Coordination Meetings (Teleconference), Once per week, 1-hour per teleconference. Phase 1 and Phase 2 In-Process Review #1 (1 day), Sterling Heights, MI Phase 1 and Phase 2 In-Process Review #2 (1 day) Vendors Site Phase 1 and Phase 2 Final Review (1 day), Sterling Heights, MI Phase 2 Kickoff Meeting (Teleconference), 1 day Phase 2 Coordination meetings, bi-monthly, on- site at Sterling Heights, MI (1 day) Data Requirements TBD Deliverables Phase 1 Draft Performance Specification: IPR#1 Phase 1 Draft MGV Interface Documentation: IPR#2 Phase 1 ROM Cost Estimates: FR Phase 1 Analyses and Performance Predictions Report: Initial IPR#2, FR Phase 1 and Phase 2 CAD & Analytical Models: Initial IPR, Final FR Phase 1 and Phase 2 Functional Models: Initial IPR, Final FR PROPOSAL PAPER FORMAT Paper Size - 8.5 x 11 inch paper Margins - 1 inch Spacing - single or double-spaced Font - Times New Roman, 12 point Copies - one (1) original and one electronic copy on a CD-ROM, (in Microsoft Word or Excel 97 compatible or .PDF format). Maximum page count: 30, including cover and all appendices. EVALUATION CRITERIA Offerors should ensure that their proposals address the following: Phase 1 Offerors Selection and Evaluation Criteria Degree of understanding of the technical aspects of the work(Tasks 1-5) and related issues Demonstrated credibility of the proposed technical approach Relevance and history of performing similar work Availability of resources to successfully conduct the proposed work Responsiveness to general BIA instructions Cost of performing the required efforts, by SOW tasks Phase 2 Down-Select Criteria Demonstrated credibility of the proposed technical approach Cost, Schedule and Technical performance during the Phase 1 efforts Availability of resources to successfully conduct the proposed work Working relationship with GDLS and the team. Proposed costs for phase 2 support. Degree to which solutions can be incorporated into existing designs (adaptation) with minimal adverse impact to existing program schedules. We will apply these considerations to the following areas: Technical concept and maturity for SDD Soundness of technical approach and proposed plan to perform SOW tasks Plan to mitigate design risk POINTS OF CONTACT Subcontracting Representative Ms. Bonnie Strube strubeb@gdls.com 586-825-4190 Engineering Contact Dr. Donald Neumann neumann@gdls.com 586-825-5732 PROPOSAL SUBMITTAL Proposals must be submitted in hard copy (4 copies) and electronic form (CD ROM in Microsoft Office compatible formats) to the following address: General Dynamics Land Systems Attn: Ms. Bonnie Strube MZ 436-11-39 P.O. Box 2071 Warren, MI 48090-2071 Submittals must be received no later than 11:59 PM (Eastern Time) on the date provided in the public announcement. E-mailed and faxed submittals will not be accepted.
- Place of Performance
- Address: TACOM - Warren Acquisition Center ATTN: AMSTA-AQ-AMB, E Eleven Mile Road Warren MI
- Zip Code: 48397-5000
- Country: US
- Record
- SN00902868-W 20050925/050923212434 (fbodaily.com)
- Source
-
FedBizOpps.gov Link to This Notice
(may not be valid after Archive Date)
| FSG Index | This Issue's Index | Today's FBO Daily Index Page |