MODIFICATION
A -- Concept Exploration Research and Development in Support of the Department of Defense's Rotary Wing Vehicle (RWV) Technology Development Approach (TDA)
- Notice Date
- 10/19/2005
- Notice Type
- Modification
- NAICS
- 541710
— Research and Development in the Physical, Engineering, and Life Sciences
- Contracting Office
- Aviation Applied Technology Directorate, ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard, Fort Eustis, VA 23604-5577
- ZIP Code
- 23604-5577
- Solicitation Number
- W911W6-05-R-0007
- Response Due
- 10/31/2005
- Archive Date
- 12/30/2005
- Small Business Set-Aside
- N/A
- Description
- Amendment 0002 to solicitation W911W6-05-R-0007 is issued to provide clarification to all prospective offerors. The proposal closing date of 2:00 pm EDT 31 October 2005 will remain unchanged as a result of this amendment. 1. The BAA references a link to a CBM+ presentation which states that the approach should be to 'begin with the health of dynamic components and eventually transition to non-rotating components over time'. This is presumably because of the high pay-off to structural integrity associated with reducing failures in dynamic (rotating) components that operate at high stress. Is this also the preferred approach in the subject BAA -- that is, are rotating components favored over airframes? Please refer to the solicitation: 'The system (SIMS) is intended to enhance the Army's Rotorcraft Structural Integrity Program (RSIP) as well as complement the Condition Based Maintenance Plus (CBM+) initiative....' This BAA is not meant be either of thos e efforts, but rather to complement them by maturing technology that will benefit both CBM & RSIP. The SIMS BAA concentrates on monitoring and determining the integrity of structural airframe components. The roadmaps found in the additional information slides are not meant to outline an approach for this BAA effort, but rather to provide background information to the Offerors. The objectives of the SIMS BAA effort are found in the solicitation: '(1) Devel op a methodology to gather the required information needed to assess the structural integrity of the monitored component(s) through sensors or sensor networks. This objective includes developing an effective mechanism to embed or fasten the sensor(s) to t he structure without weakening or interfering with the structure. (2) Develop the required algorithms to translate the transmitted sensor data and determine the structural integrity of the component and aircraft. (3) Develop an integrated system that pro vides real-time structural integrity status to the aircrew and maintainer.' 2. The above CBM+ presentation also provides a roadmap with an initial Phase I that includes advanced sensors, low/self power electronics, wireless/networked architecture, damage detection systems, and reliability assessment models. This is followed by a Phase II on prognostic algorithms, proactive model of remaining useful life, probabilistic frameworks, and protocol for inspection requirements. Is this the developmental approach favored in the subject BAA? If so, is Phase II beyond the scope of the present procurement? See answer to question 1. 3. Is OEM participation preferred in this initial phase of the SIMS development? The Government has no preference wit respect to utilizing the OEM preference. However, any teaming arrangement must be consistent with FAR Part 9. 4. Is there a specific vehicle or structure that this topic is geared toward? Is there a generic design or drawing that can be provided for the current part to be replaced? See answer to question 8 5. Can the specific loads and structure requirements be provided so that proposal can address the redesign issues? See answer to question 8 6. What are the part weight goals, if not for specific part then perhaps on a square foot basis. See answer to question 8 7. What is the specific threat level you are looking to defeat? I see some details but are there more? See answer to question 8 8. What is the volume that the new design may occupy, i.e. How thick may it get and still fit in the aircraft. In response to questions 4 through 8, note that the synopsis indicates applicability of any developed technologies to a range of platforms. Therefore no specificity beyond that described in the synopsis is appropriate. 9. May the company team with a government agency for design and testing support. This is addressed in the synopsis as follows: 'If Government test facilities are proposed for use in this effor t, the scope and type of testing proposed should be clearly identified to support the cost reasonableness determination of the overall proposal.' 10. Can I get more information on the Technology Readiness Level (TRL) of 6, what does this specifically entail? This is public information easily found through common approaches such as internet searches, e.g. http://www.google.com/search?hl=en&q=%22Technology+Readiness+Level%22 11. For Topics 02-2006 and Topic 03-2006: '...The government anticipates developmental and validation testing to support the spaced armor concepts. If Government test facilities are proposed for use in this effort, the scope and type of testing proposed should be clearly identified to support the cost reasonableness determination of the overall proposal....' Will validation testing identified at the government facility be at government expense or should the contractor include as a part of proposed cost? If it is at government expense, is that expense included in the government cost share/funding limitation identified in the solicitation? The offeror should propose an approach to satisfy the technical requirements of the solicitation. All proposed costs and cost sharing should be clearly identified in the cost proposal. All assumptions should also be clearly stated. 12. Is the approximately $900K funding level the total amount expected to be available for all multiple awards for topic 01-2006 or are multiple awards of $900K each possible? The Government's current funding limit for Topic 01-2006 is approximately $900K. The combined total of all awards under the topic cannot exceed the funding limit.
- Place of Performance
- Address: Aviation Applied Technology Directorate ATTN: AMSRD-AMR-AA-C, Building 401, Lee Boulevard Fort Eustis VA
- Zip Code: 23604-5577
- Country: US
- Zip Code: 23604-5577
- Record
- SN00917899-W 20051021/051019212019 (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 |