Loren Data's SAM Daily™

fbodaily.com
Home Today's SAM Search Archives Numbered Notes CBD Archives Subscribe
FBO DAILY ISSUE OF AUGUST 15, 2007 FBO #2088
SOLICITATION NOTICE

A -- Crash Mishap Analysis

Notice Date
8/13/2007
 
Notice Type
Solicitation Notice
 
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
W911W6-07-C-0042
 
Response Due
9/27/2007
 
Archive Date
11/26/2007
 
Small Business Set-Aside
N/A
 
Description
This is a synopsis for a non-commercial program entitled, Crash Mishap Analysis. The objective of this effort is to investigate historical trends in rotorcraft crashes and develop analytical methods to correlate rotorcraft characteristics to crash performance. This effort will be used to provide input into improving a crashworthiness standard that accommodates the fullest spectrum of operating weight and environment conditions for all classes of rotorcraft. Current generation aircraft crashworthin ess is based on technologies and guidelines developed in the Vietnam War era, based on field data available on Vietnam-generation aircraft. This guidance is limited to metal airframes impacting on prepared surfaces. Increasing aircraft velocities and Mis sion Gross Weight (MGW) have severely reduced the effectiveness of these features. Mishap data also shows that the majority of crashes do not occur on prepared surfaces. The intent of the mishap data analysis effort is to correlate different variables, s uch as aircraft design (Mission Weight, Gross Weight, rotor blade disk loading, fuselage design) and environmental effects (impact surface, mission altitude) with crash survivability performance. The results of this analysis will feed into a larger Full S pectrum Crashworthiness (FSC) project that will investigate current system level crashworthiness criteria and develop revisions, based on mishap data, relevant system approaches and technologies, as necessary to provide a crashworthiness standard that acco mmodates the fullest spectrum of operating weight and environment conditions for all classes of rotorcraft. The proposed effort will use historical data to analyze crash performance from a historical perspective due to variability with respect to aircraft class, missions, configurations, operating weight and environment conditions. Subject to availability of funding, a sole source award to SAFE Inc., per 10 U.S.C. 2304 (c) (1) and FAR 6.302-1; only one responsible source and no other supplies or services will satisfy agency requirements is planned. There would be considerable duplication of cost and schedule incurred if this effort is undertaken with a source other than SAFE Inc. SAFE Inc. have personnel with historical familiarity with the characteristi cs and history of post-Vietnam helicopter type incidents and the historical and practical problems of crashes and how to identify meaningful trends from the mass of Government data. The key personnel employed at SAFE Inc have been part of crashworthiness research and product development for the specific helicopters this effort applies to for several decades. They have the familiarity with the mass of Government data that was used to produce an analysis conducted during a rotorcraft mishap analysis effort that was performed during execution of the Survivable Affordable Repairable Airframe Program (SARAP) Technology Maturation and Trade Study (TM&TS) effort. The Government does not have the report from that effort with sufficient rights to make it available to interested parties. The key personnel who performed the previous, relavant analysis are widely regarded as experts in this subject area and based upon market research, no equivalent expertise is readily available other than at SAFE Inc. The familiari ty with the previous research data, research findings, and review feedback on the report of findings resides solely with the personnel already familiar with the previous analysis who are employed by SAFE, Inc. The previous analysis involved extensive rese arch and synthesis of a large volume of Government-furnished historical crash mishap data. The synthesis of these data into a product identifying meaningful trends and formulating industry-accepted comparisons with 1970s era data sets and previous mishap analysis studies involved many months of analysis and review. Only SAFE Inc. is at this point capable of providing the required analysis at a reasonable cost in a reasonable time, and with the required degree of confidence in supporting background knowledge and professional independence. The unique expertise and familiarity is available from SAFE, Inc., and therefore deemed unavailable from any other source w ithout substantial duplication of cost likely consuming all existing funding just climbing the learning curve to get where SAFE already is. The mishap analysis requirement is an important piece of the larger FSC effort and the schedule available for compl etion of this requirement does not allow personnel to duplicate the experince and background knowledge already in place. A Cost Plus Fixed Fee (CPFF) contract will be awarded to SAFE Inc., who is deemed to be the only responsible source uniquely capable o f meeting this requirement. This acquisition will be conducted pursuant to the terms of FAR Parts 6 and 15. Alpha contract negotiations, appropriate for sole source requirements, will be limited to Safe Inc. The contract terms and requirements will be developed jointly between the Government and Safe Inc., consistent with alpha contracting procedures in accordance with the Federal Acquisition Regulations (FAR). The North American Industry Classification System (NAICS) applicable to this is 541710. W hile the Government does not anticipate competition, any responsible source may submit a proposal that shall be considered. Written proposals should be address to AATD, ATTN: AMSRD-AMR-AA-C (Katherine Kearney), Building 401 Lee Boulevard, Fort Eustis, VA 23604-5577. Ms. Kearneys phone number is 757-878-5703. Anyone desiring an explanation or interpretation of this announcement must request it in writing at the above address (Data fax 757-878-0008) or katt.kearney@us.army.mil. Contracting Officer Nann ette Cicolini can be reached at 757-878-2900 or nannette.cicolini@us.army.mil. FBO Numbered Notes Apply 22 and 26. Point of Contact Katherine Kearney, (757) 878-5703 Email your questions to Aviation Applied Technology Directorate at katt.kearney@us.army.mil
 
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
 
Record
SN01370951-W 20070815/070813221406 (fbodaily.com)
 
Source
FedBizOpps Link to This Notice
(may not be valid after Archive Date)

FSG Index  |  This Issue's Index  |  Today's FBO Daily Index Page |
ECGrid: EDI VAN Interconnect ECGridOS: EDI Web Services Interconnect API Government Data Publications CBDDisk Subscribers
 Privacy Policy  Jenny in Wanderland!  © 1994-2024, Loren Data Corp.